Loading...
HomeMy WebLinkAboutLeingang Excavation - 2009 Sanitary Sewer System Repair - Sections A, B, C, CaMI =1 MI 1= NE IM INN 1E111 =1 MN IIIII1 1•11 BID SUMMARY 2009 SANITARY SEWER SYSTEM REPAIR CITY PROJECT NO. 2293 ENGINEERS ESTIMATE Ken Leingang Excavating Inc Yakima, WA West Coast Construction Co.. Inc. Woodinville, WA ITEM Bid Security 5% BHND 5% BOND NO. ITEM OTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNR PRICE AMOUNT UNIT PRICE AMOUNT Section A - North 2n° St. 1 SPCC PLAN 1 LS $ 250.00 $ 250.00 $ 60.00 $ 60.00 $ 1.00 $ 1.00 2 MOBILIZATION 1 LS $ 2,115.50 $ 2.115.50 $ 2,929.00 $ 2,929.00 $ 8,000.00 $ 8,000.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $ 1,000.00 $ 1,000.00 $ 495.00 $ 495.00 $ 4,000.00 $ 4,000.00 4 SAW -CUT, PER INCH DEPTH 400 LF $ 2.00 $ 800.00 $ 0.86 $ 344.00 $ 0.20 $ 80.00 5 CRUSHED SURFACING BASE COURSE 21 TON $ 15.00 $ 315.00 $ 26.50 $ 556.50 $ 15.00 $ 315.00 6 HMA CL. 1/2 IN. PG 64-28 (OR ASPHALT EMULSION CRS -2P) 23 TON $ 180.00 $ 4,140.00 $ 350.00 $ 8,050.00 $ 100.00 $ 2,300.00 7 MANHOLE, 60-INCH-DIAM., TYPE 1 1 EA $ 5,000.00 $ 5,000.00 $ 3,275.00 $ 3,275.00 $ 5,800.00 $ 5,800.00 8 STRUCTURE EXCAVATION CLASS B, INCL. HAUL 150 CY $ 15.00 $ 2.250.00 $ 18.00 $ 2,700.00 $ 1.00 $ 150.00 9 SHORING OR EXTRA EXCAVATION CLASS B 40 LF $ 5.00 $ 200.00 $ 2.00 $ 80.00 $ 10.00 $ 400.00 10 SANITARY SEWER BYPASS 1 LS $ 1.000.00 $ 1.000.00 $ 150.00 $ 150.00 $ 500.00 $ 500.00 11 PVC SANITARY SEWER PIPE, 6 -INCH DIAM. 40 LF $ 30.00 $ 1,200.00 $ 28.60 $ 1,144.00 $ 120.00 $ 4,800.00 12 REPAIR OR REPLACEMENT 1 FA $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 SUB TOTAL SECTION A: $ 23,270.60 $ 24,783.50 $ 31,346.00 STATE SALES TAX 8.2%. $ 1,908.18 $ 2,032.25 $ 2,570.37 TOTAL SECTION A: $ 25,178.68 $ 26,815.75 $ 33,916.37 (Continued on Page 2) CITY ENGINEERS REPORTCITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON AUGUST 29, 2006. = ,� t ``� % 1''4+ ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. ; . .• _-+++++ 2009 SANITARY SEWER SYSTEM REPAIR '*+ I RECOMMEND THE CONTRACT BE AWARDED TO: .� • 60 '` 1 i , SECTION A -NORTH 2ND STREET SECTION B - ALLEY FROM WEST D STREET TO WEST LINCOLN AVE AWARD MADE BY CITY MANAGER SECTION C -WEST NOB MILL AND 16TH AVE, TACO BELL PARKING LOT Ken Leingang Excavating Inc. r .a •.Y.• + ` 1 1�� 1 of 6 :� ' II+'++• i1111.1" •ry +� SECTION Ca - ALLEY BETWEEN 16TH AND 17TH AVE NORTH OF PRASCH AVE. PROJECT NO. 2293 ^. C DATE: DECEMBER 15TH, 2009 �c�\.L r FILE: 2009 ssNMy Sewer System Repair as 22931 yeng1ENGenagesl&OSuamwies ' • 1 c 1 fv�►E"I! `�atyttf T" Y4Y�. R SHEET 1 of 5 M M - - i M - - - N M M MN = _ M M 1111111 BID SUMMARY 2009 SANITARY SEWER SYSTEM REPAIR CITY PROJECT NO. 2293 ENGINEERS ESTIMATE Ken Leingang Excavating Inc. Yakima, WA West Coast Construction Co.. Inc. Woodinville, WA. ITEM Bid Security 5% BOND 5% BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT Section B - Alley from West D St. to West Lincoln Ave. 1 SPCC PLAN 1 LS $ 250.00 $ 250.00 $ 60.00 $ 60.00 $ 1.00 $ 1.00 2 MOBILIZATION 1 LS $ 5,500.00 $ 5,500.00 $ 3,804.00 $ 3,804.00 $ 5,400.00 $ 5,400.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $ 1,000.00 $ 1,000.00 $ 465.00 $ 465.00 $ 4,000.00 $ 4,000.00 4 MANHOLE, 48-INCH-DIAM., TYPE 1 1 EA $ 4,000.00 $ 4,000.00 $ 2,850.00 $ 2,850.00 $ 5,200.00 $ 5,200.00 5 STRUCTURE EXCAVATION CLASS B, INCL. HAUL 24 CY $ 15.00 $ 360.00 $ 45.00 $ 1,080.00 $ 1.00 $ 24.00 6 SHORING OR EXTRA EXCAVATION CLASS B 20 LF $ 5.00 $ 100.00 $ 5.00 $ 100.00 $ 10.00 $ 200.00 7 REPAIR OR REPLACEMENT 1 FA $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 AND (OPTION 1 - CURED IN PLACE PIPE) 8 SANITARY SEWER BYPASS 1 LS $ 1,000.00 $ 1,000.00 $ 955.00 $ 955.00 $ 850.00 $ 850.00 9 8 IN.CIPP 475 LF $ 80.00 $ 38,000.00 $ 32.80 $ 15,580.00 $ 32.50 $ 15,437.50 10 SERVICE RECONNECTION 4 EA $ 200.00 $ 800.00 $ 340.00 $ 1,360.00 $ 300.00 $ 1,200.00 OR (OPTION 2 - PIPE BURST) 11 SANITARY SEWER BYPASS 1 LS $ 2,000.00 $ 2,000.00 12 PIPE BURST 475 LF $ 80.00 $ 38,000.00 13 SERVICE RECONNECTION (IN CONCRETE) 2 EA $ 1,000.00 $ 2,000.00 14 SERVICE RECONNECTION (IN GRAVEL) 2 EA $ 700.00 $ 1,400.00 SUB TOTAL OPTION 1: $ 56,010.00 $ 31,254.00 $ 37,312.50 STATE SALES TAX 8.2%: $ 4,592.82 $ 2,562.83 $ 3,059.63 TOTAL SECTION B: $ 60,602.82 $ 33,816.83 $ 40,372.13 SUB TOTAL OPTION 2: $ 59,610.00 STATE SALES TAX 8.2%: $ 4,888.02 TOTAL SECTION B: $ 64,498.02 (Continued on Page 3) -`,;":Y CITY OF YAKIMA . 2009 SANITARY SEWER SYSTEM REPAIR 4111111111alik+,1°'+y+ 4� "� 1 +r+NIIIIIIIr +' , h‘,,,,..„.,--- ,,, - ������ yyi i i 1 � SECTION A - NORTH 2ND STREET SECTION B - ALLEY FROM WEST D STREET TO WEST LINCOLN AVE SECTION C - WEST NOB NILL AND 16TH AVE, TACO BELL PARKING LOT SECTION Ca - ALLEY BETWEEN 16TH AND 17TH AVE NORTH OF PRASCH AVE. PROJECT NO. 2293 DATE: DECEMBER 15TH, 2009 FILE: 2009 Sanitarty Sewer System Repair prat 22931Cityeng\ENGimageslBidSummanes SHEET 2 of 5 N IIIIII M M M I I N UM M l 1 ' 11111 1 E BID SUMMARY 2909 SANITARY SEWER SYSTEM REPAIR CITY PROJECT NO. 2293 ENGINEERS ESTIMATE Ken Leingang Excavating Inc. Yakima, WA West Coast Construction Co.. Inc. Woodinville, WA REM Bid Security 5% BOND 5% BOND NO. ITEM QTY UNIT UNR PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT Section C - Taco Bell Parking Lot 1 SPCC PLAN 1 LS $ 250.00 $ 250.00 $ 60.00 $ 60.00 $ 1.00 $ 1.00 2 MOBILIZATION 1 LS $ 3,200.00 $ 3,200.00 $ 2,779.00 $ 2,779.00 $ 2.700.00 $ 2,700.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $ 1,000.00 $ 1,000.00 $ 500.00 $ 500.00 $ 800.00 $ 800.00 4 REPAIR OR REPLACEMENT 1 FA $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 AND (OPTION 1 - CURED IN PLACE PIPE) 5 SANITARY SEWER BYPASS 1 LS $ 500.00 $ 500.00 $ 777.00 $ 777.00 $ 650.00 $ 650.00 7 8" CIPP 258 LF $ 80.00 $ 20,640.00 $ 33.80 $ 8,720.40 $ 32.50 $ 8,385.00 6 SERVICE RECONNECTION 1 EA $ 200.00 $ 200.00 $ 404.00 $ 404.00 $ 300.00 $ 300.00 OR (OPTION 2 - PIPE BURST) 8 MANHOLE, 48-INCH-DIAM., TYPE 1 1 EA $ 4,000.00 $ 4,000.00 9 STRUCTURE EXCAVATION CLASS B, INCL. HAUL (FOR MH) 24 CY $ 15.00 $ 360.00 10 SHORING OR EXTRA EXCAVATION CLASS B (FOR MH) 10 LF $ 20.00 $ 200.00 11 SANITARY SEWER BYPASS 1 LS $ 1,000.00 $ 1,000.00 12 PIPE BURST 242 LF $ 80.00 $ 19,360.00 13 SERVICE RECONNECTION 1 EA $ 1,000.00 $ 1,000.00 SUB TOTAL OPTION 1: $ 30,790.00 $ 18,240.40 $ 17,836.00 STATE SALES TAX 8.2°A: $ 2,524.78 $ 1,495.71 $ 1,462.55 TOTAL SECTION C: $ 33,314.78 $ 19,736.11 $ 19,298.65 SUB TOTAL OPTION 2: $ 35,370.00 STATE SALES TAX 8.2%. $ 2,900.34 TOTAL SECTION C: $ 38,270.34 (Continued on Page 4) '," ",, CITY OF YAKIMA � .• 'ar 2009 SANITARY SEWER SYSTEM REPAIR ......41r111:16, ~ • . , y ; 'rrrr,gs���a ... ,,� 00'i �3 0 > y ` SECTION A - NORTH 2ND STREET SECTION B - ALLEY FROM WEST 0 STREET TO WEST LINCOLN AVE SECTION C - WEST NOB NILL AND 16TH AVE, TACO BELL PARKING LOT SECTION Ca - ALLEY BETWEEN 16TH AND 17TH AVE NORTH OF PRASCH AVE. PROJECT NO. 2293 DATE: DECEMBER 15TH, 2009 FILE: 2009 Sanitarty Sewer System Repairprq 2293CityeglENGmages\SdSummanes SHEET 3 of 5 M 1 M I N 111111 INIII I I M ' IIIIII 1111111 E 1111111 BID SUMMARY 2009 SANITARY SEWER SYSTEM REPAIR CITY PROJECT NO. 2293 ENGINEERS ESTIMATE Ken Leingang Excavating Inc. Yakima, WA West Coast Construction Co.. Inc. Woodinville, WA ITEM Bid Security P"Nf , 5% BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT Section Ca - PRASH ALLEY 1 SPCC PLAN 1 LS $ 250.00 $ 250.00 $ 60.00 $ 60.00 $ 1.00 $ 1.00 2 MOBILIZATION 1 LS $ 3,500.00 $ 3,500.00 $ 2,625.00 $ 2,625.00 $ 4,100.00 $ 4,100.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $ 1,000.00 $ 1,000.00 $ 500.00 $ 500.00 $ 2,000.00 $ 2,000.00 4 REPAIR OR REPLACEMENT 1 FA $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 AND (OPTION 1 - CURED IN PLACE PIPE) 5 SANITARY SEWER BYPASS 1 LS $ 500.00 $ 500.00 $ 1,083.00 $ 1,083.00 $ 850.00 $ 850.00 8 8 IN. CIPP 360 LF $ 80.00 $ 28,800.00 $ 33.25 $ 11,970.00 $ 32.50 $ 11,700.00 7 SERVICE RECONNECTION 8 EA $ 200.00 $ 1,600.00 5 308.00 $ 2,464.00 $ 300.00 $ 2,400.00 OR (OPTION 2 - PIPE BURST) 8 CLEARING AND GRUBBING 1 LS $ 200.00 $ 200.00 9 SANITARY SEWER BYPASS 1 LS $ 1,000.00 $ 1,000.00 10 PIPE BURST 360 LF $ 80.00 $ 28,800.00 11 SERVICE RECONNECTION 8 EA $ 700.00 $ 5,600.00 OR (OPTION 3 - FULL EXCAVATION) 12 CLEARING AND GRUBBING 1 LS $ 500.00 $ 500.00 13 SAW -CUT. PER INCH DEPTH 150 LF $ 2.00 $ 300.00 14 CRUSHED SURFACING BASE COURSE 13 TON $ 18.00 $ 234.00 15 HMA CL. 1/2 IN. PG 64-28 (OR ASPHALT EMULSION CRS -2P) 5 TON $ 180.00 $ 900.00 16 STRUCTURE EXCAVATION CLASS B, INCL. HAUL 380 CY $ 15.00 $ 5,700.00 17 SHORING OR EXTRA EXCAVATION CLASS B 360 LF $ 1.50 $ 540.00 18 SANITARY SEWER BYPASS 1 LS $ 1,000.00 $ 1,000.00 19 PVC SANITARY SEWER PIPE, 8 -INCH DIAM. 360 LF $ 30.00 $ 10,800.00 20 RECONNECT SIDE SEWER 8 EA $ 700.00 $ 5,600.00 (Continued on Page 5) CITY OF YAKIMA ," .• j�y 2009 SANITARY SEWER SYSTEM REPAIR 116, �M`SECTION '�' • 1 ) 4 • , '• #N1111111011, 'y • ' 4 do t y y .. SECTION A • NORTH 2ND STREET B - ALLEY FROM WEST D STREET TO WEST LINCOLN AVE SECTION C - WEST NOB NILL AND 16111 AVE, TACO BELL PARKING LOT SECTION Ca - ALLEY BETWEEN 16TH AND 17TH AVE NORTH OF PRASCH AVE. PROJECT NO. 2293 DATE: DECEMBER 15TH, 2009 FILE: 2009 Sweaty Server System Repan pro 22931GryergENG.nageslBdSummanes SHEET 4 of 5 1 MN -- -- MB N OM I r-- N- -- NM NM BID SUMMARY 2009 SANITARY SEWER SYSTEM REPAIR CITY PROJECT NO. 2293 ENGINEERS ESTIMATE Ken Leingang Excavatin.- Inc. Yakima, WA West Coast Construction Co.. Inc. Woodinville, WA ITEM Bid Security 5% BOND 5% BOND NO, ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT SUB TOTAL OPTION 1: $ 40,650.00 $ 23,702.00 S 26,051.00 STATE SALES TAX 8.2% $ 3,333.30 S 1.943.56 S 2.136.18 TOTAL SECTION Ca: $ 43,983.30 $ 25,645.56 5 28.187.18 SUB TOTAL OPTION 2: $ 45,350.00 STATE SALES TAX 8.2% S 3.718.70 TOTAL SECTION Ca: $ 49,068.70 SUB TOTAL OPTION 3: $ 35,324.00 STATE SALES TAX 8.2% S 2 896.57 TOTAL SECTION Ca: $ 38,220.57 PROJECT TOTAL SUB TOTAL ALL SECTIONS ("A" + "B" + "C" + "Ca") $ 144,186.90 $ 97,979.90 $ 112,545.50 STATE SALES TAX (8.2%) $ 11,823.33 5 8 034.35 5 9.228.73 TOTAL ALL SECTIONS ("A" + "B" + "C" + "Ca") $ 156,010.23 5 106,014.25 $ 121,774.23 ---; 1,`r,, CITY OF YAKIMA ", 2009 SANITARY SEWER SYSTEM REPAIR 'fir 1 ,1 �" `L i ' FSECTION tl�ty` ' =' ••..,„,._ ,_ ' 1i 1 _ SECTION A - NORTH 2ND STREET SECTION B - ALLEY FROM WEST D STREET TO WEST LINCOLN AVE SECTION C - WEST NOB NILL AND 16TH AVE, TACO BELL PARKING LOT Ca - ALLEY BETWEEN 16TH AND 17TH AVE NORTH OF PRASCH AVE. PROJECT NO. 2293 DATE: DECEMBER 15TH, 2009 FILE: 2009 Sal -Marty Sewer System Repeirprol 22931CityenglENGrrwgeslBidSummenes SHEET 5 of 5 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT William R. Cook, Director Engineering Division 129 North Second Street Yakima, Washington 98901 Phone; (509) 575-6111 Fax (509) 576-6305 ADDENDUM NO. 1 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for 2009 SANITARY SEWER SYSTEM REPAIR CITY OF YAKIMA PROJECT NUMBER 2293 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. Standard Specifications; Special Provisions Section: Section 7-18 Side Sewers Section 7-18.4 is supplemented with the following: 7-18.4 Measurement Add the following: Service reconnection will be measured per each for each side service reconnection. Section 7-18.5 is supplemented with the following: 7-18.5 Payment Add the following "Service Reconnection," per each. The unit contract price per each for service reconnection shall be full pay for all labor, equipment and material necessary for completing the connection, including the excavation, shoring, saw cutting, and surface rehabilitation, which could include compaction, crushed surfacing, pavement, cement concrete sidewalk, extruded curb, etc. Addendum 1 Page 1 of 7 12/4/09 Yakima 110110"an ' ITEM 2. Proposal Item Proposal Bid Sheets: Remove all prior Item Proposal Bid Sheets and replace with the attached five (5) pages of Item Proposal Bid Sheets, labeled "Addendum No. 1", dated December 4, 2009. The Item Bid Proposal Sheets have been modified to reflect changed bid items. The last sheet of the Item Proposal Bid Sheets (Option 3 — Full Excavation of Section 3a) has been modified as follows: the bid item "Reconnect Side Sewers" has been deleted; and, the bid item "Service Reconnections" has been added. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: 154:-)4--.41`,"1.2A 1 Z - 4 - V sl Brett H. gleffield, P.E. Date Chief Engineer Addendum 1 Page 2 of 7 12/4/09 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Section A — North 2"d Avenue by North D Street ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS 1 SPCC PLAN 1 LS 1-07.15 2 MOBILIZATION 1 LS 1-09.7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 1-10.5 4 SAW -CUT, PER INCH DEPTH 400 LF 2-02.5 5 CRUSHED SURFACING BASE COURSE 21 TON 4-04.5 6 HMA CL. 1/2 IN. PG 64-28 (OR ASPHALT EMULSION CRS -2P) 23 TON 5-04.5 7 MANHOLE, 60-INCH-DIAM., TYPE 1 1 EA 7-05.5 8 STRUCTURE EXCAVATION CLASS B, INCL. HAUL 150 CY 7-08.5 9 SHORING OR EXTRA EXCAVATION CLASS B 40 LF 7-08.5 10 SANITARY SEWER BYPASS 1 LS 7-17.5 11 PVC SANITARY SEWER PIPE, 6 -INCH DIAM. 40 LF 7-17.5 12 REPAIR OR REPLACEMENT 1 FA $5,000.00 $5,000.00 8-30.5 SUB TOTAL SECTION A: STATE SALES TAX 8.2%: TOTAL SECTION A: Addendum 1 Page 3 of 7 12/4/09 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Section B — Washington Fruit Alley between West D Street and West Lincoln Avenue ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS 1 SPCC PLAN 1 LS 10 SERVICE RECONNECTION 1-07.15 2 MOBILIZATION 1 LS 14 SERVICE RECONNECTION (IN GRAVEL) 1-09.7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 1-10.5 4 MANHOLE, 48-INCH-DIAM., TYPE 1 1 EA 7-05.5 5 STRUCTURE EXCAVATION CLASS B, INCL. HAUL 24 CY 7-08.5 6 SHORING OR EXTRA EXCAVATION CLASS B 20 LF 7-08.5 7 REPAIR OR REPLACEMENT 1 FA $5,000.00 $5,000.00 8-30.5 BASE AND OPTION 1- CURED IN PLACE PIPE 8 SANITARY SEWER BYPASS 1 LS 7-17.5 9 8 IN. CIPP 475 LF 7-20.5 10 SERVICE RECONNECTION 4 EA 7-20.5 OPTION 1 OR (OPTION 2 - PIPE BURST) 11 SANITARY SEWER BYPASS 1 LS 7-17.5 12 PIPE BURST 475 LF 7-21.5 13 SERVICE RECONNECTION (IN CONCRETE) 2 EA 7-21.5 14 SERVICE RECONNECTION (IN GRAVEL) 2 EA 7-21.5 Addendum 1 OPTION 2 SUB TOTAL SECTION B (BASE + OPTION 1 OR 2) STATE SALES TAX (8.2%): TOTAL SECTION B: Page 4 of 7 12/4/09 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Section C — Taco Bell Parking Lot ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS 1 SPCC PLAN 1 LS 7 SERVICE RECONNECTION 1-07.15 2 MOBILIZATION 1 LS 11 SANITARY SEWER BYPASS 1-09.7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 12 PIPE BURST 1-10.5 4 REPAIR OR REPLACEMENT 1 FA $5,000.00 $5,000.00 8-30.5 BASE AND OPTION 1- CURED IN PLACE PIPE. 5 SANITARY SEWER BYPASS 1 LS 7-17.5 6 8 IN. CIPP 258 LF 7-20.5 7 SERVICE RECONNECTION 1 EA 7-20.5 OPTION 1 OR OPTION 2 - PIPE BURS 8 MANHOLE, 48-INCH-DIAM., TYPE 1 1 EA 7-05.5 9 STRUCTURE EXCAVATION CLASS B, INCL. HAUL (FOR MH) 24 CY 7-08.5 10 SHORING OR EXTRA EXCAVATION CLASS B (FOR MH) 10 LF 7-08.5 11 SANITARY SEWER BYPASS 1 LS 7-17.5 12 PIPE BURST 242 LF 7-21.5 13 SERVICE RECONNECTION 1 EA 7-21.5 OPTION 2 SUB TOTAL SECTION C (BASE + OPTION 1 OR 2) STATE SALES TAX (8.2%): TOTAL SECTION C: Addendum 1 Page 5 of 7 12/4/09 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Section Ca — PRASH ALLEY ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPCC PLAN 1 LS LF 1-07.15 2 MOBILIZATION 1 LS EA 1-09.7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS EA 1-10.5 4 REPAIR OR REPLACEMENT 1 FA $5,000.00 $5,000.00 8-30.5 BASE AND OPTION 1- CURED IN PLACE PIPE 5 SANITARY SEWER BYPASS 1 LS 7-17.5 6 8 IN. CIPP 360 LF 7-20.5 7 SERVICE RECONNECTION 8 EA 7-20.5 OPTION 1 OR OPTION 2 - PIPE BURS 8 CLEARING AND GRUBBING 1 LS 2-01.5 9 SANITARY SEWER BYPASS 1 LS 7-17.5 10 PIPE BURST 360 LF 7-21.5 11 SERVICE RECONNECTION 8 EA 7-21.5 OPTION 2 Addendum 1 Page 6 of 7 12/4/09 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 OR OPTION 3 - FULL EXCAVATION 12 CLEARING AND GRUBBING 1 LS TOTAL ALL SECTIONS ("A"+"B"+"C"+"Ca") 2-01.5 13 SAW -CUT, PER INCH DEPTH 150 LF 2-02.5 14 CRUSHED SURFACING BASE COURSE 13 TON 4-04.5 15 HMA CL. 1/2 IN. PG 64-28 (OR ASPHALT EMULSION CRS -2P) 5 TON 5-04.5 16 STRUCTURE EXCAVATION CLASS B, INCL. HAUL 380 CY 7-08.5 17 SHORING OR EXTRA EXCAVATION CLASS B 360 LF 7-08.5 18 SANITARY SEWER BYPASS 1 LS 7-17.5 19 PVC SANITARY SEWER PIPE, 8 -INCH DIAM. 360 LF 7-17.5 20 SERVICE RECONNECTION 8 EA 7-18.5 OPTION 3 SECTION Ca SUB TOTAL (BASE + OPTION 1, 2, OR 3) STATE SALES TAX (8.2%): TOTAL SECTION Ca: PROJECT TOTAL SUB TOTAL ALL SECTIONS ("A"+"B"+"C"+"Ca") STATE SALES TAX (8.2%): TOTAL ALL SECTIONS ("A"+"B"+"C"+"Ca") END OF ADDENDUM NO. 1 Addendum 1 Page 7 of 7 12/4/09 CITY OF YAKIMA 2009 SANITARY SEWER SYSTEM REPAIR SECTION A - NORTH 2ND ST. SECTION B - ALLEY FROM WEST D STREET TO WEST LINCOLN AVE SECTION C - WEST NOB HILL AND 16TH AVE, TACO BELL PARKING LOT SECTION Ca - ALLEY BETWEEN 16TH AND 17TH AVE, NORTH OF PRASCH AVE. CITY PROJECT NO. 2293 NOVEMBER 2009 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 2:00 PM on December 15, 2009 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA SANITARY SEWER SYSTEM REPAIR City Project No. 2293 This contract provides for the repair of 3 different sanitary sewer lines in different locations within the City of Yakima. The work shall consist of approximately 1100 linear feet of sanitary sewer repair by method of cured in place pipe (CIPP), pipe bursting, and/or direct replacement as well as other related work all in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $30.00 for each set, non refundable, or by ordering a set by phone at 509-575-6111 or by FAX at 509-576-6314. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City reserves the right to reject any or all bids and proposals. DATED this 1st day of December, 2009 PUBLISH December 1, 2009 December 2, 2009 3 / 144 DEBORAH KLOSTER CITY CLERK CONTENTS CITY OF YAKIMA Sanitary Sewer System Repair City Project No. 2293 SECTION PAGE INVITATION TO BID 3 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the 2008 Standard Specifications 7 CONTRACT PROVISIONS Special Provisions 51 Project Description 52 Definitions 52 1-02 Bid Procedures and Conditions 53 1-03 Award and Execution of Contract 57 1-04 Scope of the Work 59 1-05 Control of Work 59 1-06 Control of Material 63 1-07 Legal Relations and Responsibilities to the Public 64 1-08 Prosecution and Progress 71 1-09 Measurement and Payment 74 1-10 Temporary Traffic Control 76 2-01 Clearing, Grubbing, and Roadside Cleanup 77 2-02 Removal of Structures and Obstructions 77 2-03 Roadway Excavation and Embankment 77 2-07 Watering 77 2-09 Structure Excavation 78 5-04 Hot Mix Asphalt 80 7-08 General Pipe Installation Requirements 85 7-20 Cured in Place Pipe (CIPP) (New Section) 86 7-21 Pipe Bursting (New Section) 88 8-30 Repair or Replacement (New Section) 93 9-03 Aggregates 94 Revised Standard Plans 95 Contract Form 101 Performance Bond Form 103 Informational Certificate of Insurance 105 Informational Additional Insured Endorsement 107 Minimum Wage Affidavit Form 109 5 / 144 PREVAILING WAGE RATES Prevailing Wage Rates 111 STATE WAGE RATES 118 PROPOSAL Proposal Form 125 Item Proposal Bid Sheet 126 Bid Bond Form 131 Non -Collusion Declaration 133 Non -Discrimination Provision 134 Subcontractor List 135 Women and Minority Business Enterprise Policy 136 Council Resolution 137 Affirmative Action Plan 138 Bidders Certification 140 Subcontractors Certification 141 Materially and Responsive 142 PROPOSAL SIGNATURE SHEET 143 BIDDERS CHECKLIST 144 PLANS & DETAILS Standard Details Attached Construction Plans Attached 6/144 STANDARD SPECIFICATIONS INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2008 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1-03, AWARD AND EXECUTION OF CONTRACT April 7, 2008 1-03.1 Consideration of Bids This section is supplemented with the following new sub -section. 1-03.1(1) Tied Bids After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie- breaker will be determined by drawing as described in this Section. Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful". The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders that submitted a Bid total that is exactly equal to the lowest responsive Bid are eligible to draw. SECTION 1-04, SCOPE OF THE WORK April 7, 2008 1-04.4(1) Minor Changes The first sentence in the first paragraph is revised to read: Payments or credits for changes amounting to $15,000 or less may be made under the bid item "Minor Change." 1-04.5 Procedure and Protest by the Contractor In the second paragraph, number 2, the reference to 7 calendar days is revised to 14 calendar days. The second sentence in the fifth paragraph is revised to read: The determination will be provided within 14 -calendar days after receipt of the Contractor's supplemental written statement (including any additional information requested by the Project Engineer to support a continuing protest) described in item 2 above. 7/144 SECTION 1-05, CONTROL OF WORK April 7, 2008 1-05.1 Authority of the Engineer The fourth paragraph is revised to read: At the Contractor's risk, the Project Engineer may suspend all or part of the Work according to Section 1-08.6. 1-05.12 Final Acceptance The second paragraph is revised to read: The Contractor agrees that neither completion nor final acceptance shall relieve the Contractor of the responsibility to indemnify, defend, and protect the Contracting Agency against any claim or loss resulting from the failure of the Contractor (or the subcontractors or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, materialpersons, or any other person who provides labor, supplies, or provisions for carrying out the Work or for any payments required for unemployment compensation under Title 50 RCW or for industrial insurance and medical aid required under Title 51 RCW. SECTION 1-06, CONTROL OF MATERIALS August 3, 2009 1-06.2(2)A General Tables 1 and 2 are revised to read: Table 1 Estimated Percent of Work Within Specification Limits Estimated Percent Within Specification Limits (Pu or PL) Upper Quality Index Qu or Lower Quality Index QL n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 to n=11 n=12 to n=14 100 1.16 1.49 1.72 1.88 1.99 2.07 2.13 2.20 2.28 99 - 1.46 1.64 1.75 1.82 1.88 1.91 1.96 2.01 98 - 1.43 1.58 1.66 1.72 1.75 1.78 1.81 1.84 97 1.15 1.40 1.52 1.59 1.63 1.66 1.68 1.71 1.73 96 - 1.37 1.47 1.52 1.56 1.58 1.60 1.62 1.64 95 1.14 1.34 1.42 1.47 1.49 1.51 1.52 1.54 1.55 94 - 1.31 1.38 1.41 1.43 1.45 1.46 1.47 1.48 93 1.13 1.28 1.33 1.36 1.38 1.39 1.40 1.41 1.41 92 1.12 1.25 1.29 1.31 1.33 1.33 1.34 1.35 1.35 91 1.11 1.22 1.25 1.27 1.28 1.28 1.29 1.29 1.30 90 1.10 1.19 1.21 1.23 1.23 1.24 1.24 1.24 1.25 89 1.09 1.16 1.18 1.18 1.19 1.19 1.19 1.19 1.20 88 1.07 1.13 1.14 1.14 1.15 1.15 1.15 1.15 1.15 87 1.06 1.10 1.10 1.10 1.10 1.10 1.10 1.10 1.11 86 1.04 1.07 1.07 1.07 1.07 1.06 1.06 1.06 1.06 85 1.03 1.04 1.03 1.03 1.03 1.03 1.02 1.02 1.02 8/144 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 84 1.01 1.01 1.00 0.99 0.99 0.99 0.99 0.98 0.98 83 0.99 0.98 0.97 0.96 0.95 0.95 0.95 0.95 0.94 82 0.97 0.95 0.93 0.92 0.92 0.92 0.91 0.91 0.91 81 0.95 0.92 0.90 0.89 0.88 0.88 0.88 0.87 0.87 80 0.93 0.89 0.87 0.86 0.85 0.85 0.84 0.84 0.84 79 0.91 0.86 0.84 0.82 0.82 0.81 0.81 0.81 0.80 78 0.88 0.83 0.81 0.79 0.79 0.78 0.78 0.77 0.77 77 0.86 0.80 0.77 0.76 0.75 0.75 0.74 0.74 0.74 76 0.83 0.77 0.74 0.73 0.72 0.72 0.71 0.71 0.70 75 0.81 0.74 0.71 0.70 0.69 0.69 0.68 0.68 0.67 74 0.78 0.71 0.68 0.67 0.67 0.65 0.65 0.65 0.64 73 0.75 0.68 0.65 0.64 0.63 0.62 0.62 0.62 0.61 72 0.73 0.65 0.62 0.61 0.60 0.59 0.59 0.59 0.58 71 0.70 0.62 0.59 0.58 0.57 0.57 0.56 0.56 0.55 70 0.67 0.59 0.56 0.55 0.54 0.54 0.53 0.53 0.52 69 0.64 0.56 0.53 0.52 0.51 0.51 0.50 0.50 0.50 68 0.61 0.53 0.50 0.49 0.48 0.48 0.48 0.47 0.47 67 0.58 0.50 0.47 0.46 0.45 0.45 0.45 0.44 0.44 66 0.55 0.47 0.45 0.43 0.43 0.42 0.42 0.42 0.41 65 0.51 0.44 0.42 0.40 0.40 0.39 0.39 0.39 0.38 64 0.48 0.41 0.39 0.38 0.37 0.37 0.36 0.36 0.36 63 0.45 0.38 0.36 0.35 0.34 0.34 0.34 0.33 0.33 62 0.41 0.35 0.33 0.32 0.32 0.31 0.31 0.31 0.30 61 0.38 0.30 0.30 0.30 0.29 0.28 0.28 0.28 0.28 60 0.34 0.28 0.28 0.25 0.25 0.25 0.25 0.25 0.25 59 0.31 0.27 0.25 0.23 0.23 0.23 0.23 0.23 0.23 58 0.30 0.25 0.23 0.20 0.20 0.20 0.20 0.20 0.20 57 0.25 0.20 0.18 0.18 0.18 0.18 0.18 0.18 0.18 56 0.20 0.18 0.16 0.15 0.15 0.15 0.15 0.15 0.15 55 0.18 0.15 0.13 0.13 0.13 0.13 0.13 0.13 0.13 54 0.15 0.13 0.10 0.10 0.10 0.10 0.10 0.10 0.10 53 0.10 0.10 0.08 0.08 0.08 0.08 0.08 0.08 0.08 52 0.08 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05 51 0.05 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 (continued) 9/144 Table 1 (continued) Estimated Percent of Work Within Specification Limits Estimated Percent Within Specification Limits (Pu or PL) Upper Quality Index Qu or Lower Quality Index QL n=15 to n=18 to n=23 to n=30 to n=43 to n=67 to n=17 n=22 n=29 n=42 n=66 00 100 2.34 2.39 2.44 2.48 2.51 2.56 99 2.04 2.07 2.09 2.12 2.14 2.16 98 1.87 1.89 1.91 1.93 1.94 1.95 97 1.75 1.76 1.78 1.79 1.80 1.81 96 1.65 1.66 1.67 1.68 1.69 1.70 95 1.56 1.57 1.58 1.59 1.59 1.60 94 1.49 1.50 1.50 1.51 1.51 1.52 93 1.42 1.43 1.43 1.44 1.44 1.44 92 1.36 1.36 1.37 1.37 1.37 1.38 91 1.30 1.30 1.31 1.31 1.31 1.31 90 1.25 1.25 1.25 1.25 1.26 1.26 89 1.20 1.20 1.20 1.20 1.20 1.20 88 1.15 1.15 1.15 1.15 1.15 1.15 87 1.11 1.11 1.11 1.11 1.11 1.11 86 1.06 1.06 1.06 1.06 1.06 1.06 85 1.02 1.02 1.02 1.02 1.02 1.02 84 0.98 0.98 0.98 0.98 0.98 0.98 83 0.94 0.94 0.94 0.94 0.94 0.94 82 0.91 0.90 0.90 0.90 0.90 0.90 81 0.87 0.87 0.87 0.87 0.87 0.87 80 0.83 0.83 0.83 0.83 0.83 0.83 79 0.80 0.80 0.80 0.80 0.80 0.79 78 0.77 0.76 0.76 0.76 0.76 0.76 77 0.73 0.73 0.73 0.73 0.73 0.73 76 0.70 0.70 0.70 0.70 0.70 0.70 75 0.67 0.67 0.67 0.67 0.67 0.66 74 0.64 0.64 0.64 0.64 0.64 0.63 73 0.61 0.61 0.61 0.61 0.61 0.60 72 0.58 0.58 0.58 0.58 0.58 0.57 71 0.55 0.55 0.55 0.55 0.55 0.54 70 0.52 0.52 0.52 0.52 0.52 0.52 69 0.49 0.49 0.49 0.49 0.49 0.49 68 0.47 0.46 0.46 0.46 0.46 0.46 67 0.44 0.44 0.43 0.43 0.43 0.43 66 0.41 0.41 0.41 0.41 0.41 0.40 65 0.38 0.38 0.38 0.38 0.38 0.38 10/144 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 64 0.36 0.35 0.35 0.35 0.35 0.35 63 0.33 0.33 0.33 0.33 0.33 0.32 62 0.30 0.30 0.30 0.30 0.30 0.30 61 0.28 0.28 0.28 0.28 0.28 0.28 60 0.25 0.25 0.25 0.25 0.25 0.25 59 0.23 0.23 0.23 0.23 0.23 0.23 58 0.20 0.20 0.20 0.20 0.20 0.20 57 0.18 0.18 0.18 0.18 0.18 0.18 56 0.15 0.15 0.15 0.15 0.15 0.15 55 0.13 0.13 0.13 0.13 0.13 0.13 54 0.10 0.10 0.10 0.10 0.10 0.10 53 0.08 0.08 0.08 0.08 0.08 0.08 52 0.05 0.05 0.05 0.05 0.05 0.05 51 0.03 0.03 0.03 0.03 0.03 0.03 50 0.00 0.00 0.00 0.00 0.00 0.00 Table 2 - Pay Factors PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (Pu + PO -100 Category n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 to n=12 to n=15 to n=18 to n=23 to n=30 to n=43 to n=67 to n=11 n=14 n=17 n=22 n=29 n=42 n=66 b 1.05 100 100 100 100 100 100 100 100 100 100 1.04 100 99 97 95 96 96 96 97 97 97 97 1.03 100 98 96 94 92 93 93 94 95 95 96 96 1.02 99 97 94 91 89 90 91 92 93 93 94 94 1.01 100 100 100 98 95 92 89 87 88 89 90 91 92 92 93 1.00 69 75 78 80 82 83 84 85 86 87 88 89 90 91 92 0.99 66 72 76 78 80 81 82 83 84 85 86 87 89 90 91 0.98 64 70 74 76 78 79 80 81 82 84 85 86 87 88 90 0.97 63 68 72 74 76 771 78 79 81 82 83 84 86 87 88 0.96 61 67 70 72 74 75 76 78 79 81 82 83 84 86 87 0.95 59 65 68 71 72 74 75 76 78 79 80 82 83 84 86 0.94 58 63 67 69 71 72 73 75 76 78 79 80 82 83 85 0.93 57 62 65 67 69 71 72 73 75 76 78 79 80 82 84 0.92 55 60 63 66 68 69 70 72 73 75 76 78 79 81 82 0.91 54 59 62 64 66 68 69 70 72 74 75 76 78 79 81 0.90 53 57 61 63 65 66 67 69 71 72 74 75 77 78 80 0.89 51 56 59 62 63 65 66 68 69 71 72 74 75 77 79 0.88 50 55 58 60 62 64 65 66 68 70 71 73 74 76 78 0.87 49 53 57 59 61 62 63 65 67 68 70 71 73 75 77 0.86 48 52 55 58 59 61 62 64 66 67 69 70 72 74 76 Note: If the value of (Pu + - 100 does not correspond to a (Pu + PL) - 100 value in this table, use the next smaller (Pu + PL) - 100 value. (continued) 11 / 144 Table 2 - Pay Factors (continued) PAY FACTOR Minimum Required Percent of Worts Within Specification Limits fur a Given Pay Four (Pu + PJ - 103 Category n=10 n-12 n=15 n=10 n-23 a-30 n.43 n-37 n=3 n=4 n=5 n=6 n=7 n=8 n=9 to to to to to to to to n=1.1 n=14 n=17 n=7? n=29 n=42 n=66 = 0.85 46 51 54 58 58 80 61 82 54 66 67 69 71 72 75 0.84 45 49 53 55 57 58 60 81 63 85 65 68 70 71 73 0.83 44 48 51 54 58 57 58 80 82 64 85 67 69 70 72 0.82 43 47 50 53 54 55 57 59 61 82 64 88 87 69 71 0 81 41 40 49 51 53 55 56 58 59 81 63 64 116 68 70 13.80 0.70 40 44 48 50 52 54 55 58 58 80 82 63 85 87 80 39 43 45 49 51 52 54 55 57 59 81 62 64 68 86 0.78 38 42 45 48 50 51 52 54 50 5B 59 61 33 05 87 0.77 35 41 44 46 49 50 51 53 55 57 58 80 62 84 80 0.78 35 39 43 45 47 49 50 52 54 58 57 59 61 83 65 0'75 3j 38 42 44 46 48 49 51 53 54 55 58 60 82 84 32 37 40 43 45 47 48 49 52 53 55 57 59 CO 83 :+w• 30 3D 39 42 44 45 47 48 50 52 54 50 57 50 82 REJECT : 2B 34 38 41 43 44 46 47 49 51 53 55 56 58 61 27 33 37 39 42 43 45 45 48 50 52 53 55 57 60 25 32 38 38 40 42 43 45 47 49 51 52 54 56 50 Valu s t e ,,,s Than Those Shown,fibavc - ' ,,., Reject Quality Levels Less Than Those Specified for a 0.75 Pay Factor Note: If the value of (Pu + P,} - 100 does not correspond to a (Pu + P1) - 100 value in this table, use the next smaller (Pu + P.j - 100 value. 1-06.2(2)D Quality Level Analysis The content of this section is revised and moved to the following sub -sections: 1-06.2(2)D1 General The quality level calculations for HMA and other materials are completed using the formulas in Section 1-06.2(2)D4. For HMA the definition of the "x" value used in the calculations and the definition of the upper and lower specification limit are in Section 1-06.2(2)D2. For other materials the definition of the "x" value used in the calculations and the definition of the upper and lower specification limit are in Section 1-06.2(2)D3. All other terms and variables are the same for all calculations. 1-06.2(2)D2 Hot Mix Asphalt x = difference between an individual test value and the job mix formula (JMF) USL = maximum allowable limit in Section 9-03.8(7) LSL = minimum allowable limit in Section 9-03.8(7) 1-06.2(2)D3 Other Materials x = individual test value USL = upper specification limit LSL = lower specification limit 1-06.2(2)D4 Quality Level Calculation The procedures for determining the quality level and pay factors for a material are as follows: 1. Determine the arithmetic mean Xm, for each specified material constituent: Xm = D< n 12 / 144 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 where: E = summation of x n = total number test values 2. Compute the sample standard deviation, "S", for each constituent: S= n Ex2 - (Ex)2 1/2 n(n — 1) nn where: pct = summation of the squares of individual test values (pc)2 = summation of the individual test values squared 3. Compute the upper quality index, (QU), for each constituent: QU _ USL - Xm S 4. Compute the lower quality index, (QL), for each constituent: QL _ Xm - LSL S 5. For each constituent determine Pu (the percent within the upper Specification limit which corresponds to a given Qu) from Table 1. If the USL is 100.00 percent or is not specified, Pu will be 100. For negative values of Qu, Pu is equal to 100 minus the table Pu (e.g. N = 15 and Qu = -0.5 will result in Pu = 30). If the value of Qu does not correspond exactly to a figure in the table, use the next higher value. 6. For each constituent determine PL (the percent within the lower Specification limit which corresponds to a given QL) from Table 1. If the LSL is zero or not specified, PL will be 100. For negative values of QL, PL is equal to 100 minus the table PL. If the value of QL does not correspond exactly to a figure in the table, use the next higher value. 7. For each constituent determine the quality level (the total percent within Specification limits): Quality Level = (Pu + PL) - 100 8. Using the quality level from step 7, determine the pay factor (PF;) from Table 2 for each constituent tested. 9. Determine the Composite Pay Factor (CPF) for each lot. CPF = f1(PF1) + f2(PF2) + ... + fi(PFi) E fi i =1toj where: fi = price adjustment factor listed in these Specifications for the applicable material where: j = number of constituents being evaluated 13/144 1-06.6 Sieves for Testing This section including title is revised to read: 1-06.6 Vacant SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 3, 2009 1-07.2(2) State Sales Tax: Work on State -Owned or Private Land The following new paragraph is inserted in front of the first paragraph: State Department of Revenue Rule 170 and its related rules apply for this section. 1-07.5(1) General The following new paragraph is inserted after the first paragraph: The Contractor shall be responsible to immediately report to the Engineer any deviation from the contract provisions pertaining to environmental compliance, including but not limited to spills, unauthorized fill in waters of the State including wetlands, water quality standards, noise, air quality, etc. 1-07.5(2) State Department of Fish and Wildlife The following new numbered item is inserted after number 8.: 9. Immediately notify the Engineer and stop all work causing impacts, if at any time, as a result of project activities, fish are observed in distress, or a fish kill occurs. 1-07.5(3) State Department of Ecology Number 4. is supplemented with the following: These include, but are not limited to petroleum products, hydraulic fluid, fresh concrete, sediments, sediment -laden water, chemicals, paint, solvents, or other toxic or deleterious materials. 1-07.8 High Visibility Apparel This section is revised to read: The Contractor shall require all personnel under their control (including service providers, Subcontractors and lower tier Subcontractors) that are on foot in the work zone and are exposed to vehicle traffic or construction equipment to wear the high visibility apparel described in this Section. The Contractor shall ensure that a competent person as identified in the MUTCD selects the appropriate high -visibility apparel suitable for the job -site conditions. High visibility garments shall always be the outermost garments. High visibility garments shall be in a condition compliant with the ANSI 107-2004 and shall be used in accordance with manufacturer recommendations. This section is supplemented with the following new sub -sections. 14/144 1-07.8(1) Traffic Control Personnel All personnel performing the Work described in Section 1-10 (including traffic control supervisors, flaggers, spotters, and others performing traffic control labor of any kind), shall comply with the following: 1. During daylight hours with clear visibility, workers shall wear a high -visibility ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, and hardhat meeting the high visibility headwear requirements of WAC 296-155-305; and 2. During hours of darkness (1/2 -hour before sunset to 1/2 -hour after sunrise) or other low visibility conditions (snow, fog, etc.), workers shall wear a high -visibility ANSI/ISEA 107- 2004 Class 2 or 3 vest or jacket, high visibility lower garment meeting ANSI/ISEA 107- 2004 Class E, and hardhats meeting the high visibility headwear requirements of WAC 296-155-305. 1-07.8(2) Non -Traffic Control Personnel AH personnel, except those performing the Work described in Section 1-10, shall wear high visibility apparel meeting the ANSI/ISEA 107-2004 Class 2 or 3 standard. 1-07.9(1) General The following new paragraph is inserted to follow the sixth paragraph: The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of RCW 39.12 because of the definition "Contractor" in WAC 296-127-010, complies with all the requirements of RCW 39.12. This section is supplemented with the following: Listing Recovery Act (and Other) New Hire Opportunities With the Employment Security Department There are many talented people currently unemployed. As the signs on Contracting Agency projects advertise the Recovery Act is about creating jobs and putting people back to work. As a companion effort the Employment Security Department has been charged with giving people the opportunity to compete for these jobs. Their tool for doing so is WorkSource. WorkSource is a free service located across the State that screens, shortlists and refers qualified candidates. WorkSource employees are aware that the Contractor has other commitments as part of general business practices and as part of the Contract. Contractors may be subject to hiring commitments such as Equal Employment Opportunity or union commitments. However, utilizing WorkSource can be an essential effort as part of their various good faith efforts. WorkSource is a resource that is available across the State. Contractors who have been awarded WSDOT Contracts shall be prepared to discuss their recruitment plans and how WorkSource will be incorporated into that effort at the preconstruction conference. WorkSource has a simple process for requesting and reporting new hires. The Contractor may contact the ARRA Business Unit at 877-453-5906 (toll free) or ARRA@esd.wa.gov. There is additional information available on the website; https://fortress.wa.gov/esd/worksource/. 15/144 1-07.15 Temporary Water Pollution/Erosion Control This section is supplemented with the following: Stormwater or dewatering water that has come in contact with concrete rubble, concrete pours, or cement treated soils shall be maintained to pH 8.5 or Tess before it is allowed to enter waters of the state. If pH exceeds 8.5, the shall immediately discontinue work and initiate treatment according to the plan to Contractor lower the pH. Work may resume, with treatment, once the pH of the stormwater is 8.5 or less or it can be demonstrated that the runoff will not reach surface waters. High pH process water shall not be discharged to waters of the state. Unless specific measures are identified in the Special Provisions, high pH process water may be infiltrated, dispersed in vegetation or compost, or pumped to a sanitary sewer system. Water being infiltrated or dispersed shall have no chance of discharging directly to waters of the state, including wetlands or conveyances that indirectly lead to waters of the state. High pH process water shall be treated to within a range of 6.5 to 8.5 pH units prior to infiltration to ensure the discharge does not cause a violation of groundwater quality standards. If water is pumped to the sanitary sewer, the Contractor shall provide a copy of permits and requirements for placing the material into a sanitary sewer system prior to beginning the work. Process water may be collected and disposed of by the Contractor off the project site. The Contractor shall provide a copy of the permit for an approved waste site for the disposal of the process water prior to the start of work which generates the process water. 1-07.15(1) Spill Prevention, Control and Countermeasures Plan This section is revised to read: The Contractor shall prepare a project -specific spill prevention, control, and countermeasures plan (SPCC Plan) that will be used for the duration of the project. The Contractor shall submit the plan to the Project Engineer no later than the date of the preconstruction conference. No on-site construction activities may commence until WSDOT accepts an SPCC Plan for the project. The term "hazardous materials", as used in this Specification, is defined in Chapter 447 of the WSDOT Environmental Procedures Manual (M31-11). Occupational safety and health requirements that may pertain to SPCC Plan implementation are contained in but not limited to WAC 296-824 and WAC 296-843. Implementation Requirements The SPCC Plan shall be updated by the Contractor throughout project construction so that the written plan reflects actual site conditions and practices. The Contractor shall update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the project site. All project employees shall be trained in spill prevention and containment, and shall know where the SPCC Plan and spill response kits are located and have immediate access to them. If hazardous materials are encountered or spilled during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. The Contractor shall supply and maintain spill response kits of appropriate size within close proximity to hazardous materials and equipment. The Contractor shall implement the spill prevention measures identified in the SPCC Plan before performing any of the following: 1. Placing materials or equipment in staging or storage areas. 2. Refueling, washing, or maintaining equipment. 3. Stockpiling contaminated materials. 16/144 SPCC Plan Element Requirements The SPCC Plan shall set forth the following information in the following order: 1. Responsible Personnel Identify the name(s), title(s), and contact information for the personnel responsible for implementing and updating the plan, including all spill responders. 2. Spill Reporting List the names and telephone numbers of the federal, State, and local agencies the Contractor shall notify in the event of a spill. 3. Project and Site Information Describe the following items: A. The project Work. B. The site location and boundaries. C. The drainage pathways from the site. D. Nearby waterways and sensitive areas and their distances from the site. 4. Potential Spill Sources Describe each of the following for all potentially hazardous materials brought or generated on-site (including materials used for equipment operation, refueling, maintenance, or cleaning): A. Name of material and its intended use. B. Estimated maximum amount on-site at any one time. C. Location(s) (including any equipment used below the ordinary high water line) where the material will be staged, used, and stored and the distance(s) from nearby waterways and sensitive areas. D. Decontamination location and procedure for equipment that comes into contact with the material. E. Disposal procedures. 5. Pre -Existing Contamination Describe any pre-existing contamination and contaminant sources (such as buried pipes or tanks) in the project area that are described in the Contract documents. Identify equipment and work practices that will be used to prevent the release of contamination. 6. Spill Prevention and Response Training Describe how and when all personnel (including refueling contractors and Subcontractors) will be trained in spill prevention, containment and response in accordance with the Plan. Describe how and when all spill responders will be trained in accordance with WAC 296-824. 7. Spill Prevention Describe the following items: 17/144 A. Spill response kit contents and location(s). B. Security measures for potential spill sources. C Secondary containment practices and structures for all containers to handle the maximum volume of potential spill of hazardous materials. D. Methods used to prevent stormwater from contacting hazardous materials. E. Site inspection procedures and frequency. F. Equipment and structure maintenance practices. G. Daily inspection and cleanup procedures that ensure all equipment used below the ordinary high water line is free of all external petroleum based products. H. Refueling procedures for equipment that cannot be moved from below the ordinary high water line. 8. Spill Response Outline the response procedures the Contractor will follow for each scenario listed below. Include a description of the actions the Contractor shall take and the specific, on-site, spill response equipment that shall be used to assess the spill, secure the area, contain and eliminate the spill source, and clean up and dispose of spilled and contaminated material. 1 1 1 1 1 1 1 1 1 A. A spill of each type of hazardous material at each location identified in 4, above. B. Stormwater that has come into contact with hazardous materials. I C. A release or spill of any pre-existing contamination and contaminant source I described in 5, above. D. A release or spill of any unknown pre-existing contamination and contaminant sources (such as buried pipes or tanks) encountered during project Work. E. A spill occurring during Work with equipment used below the ordinary high water line. If the Contractor will use a Subcontractor for spill response, provide contact information for the Subcontractor under item 1 (above), identify when the Subcontractor will be used, and describe actions the Contractor shall take while waiting for the Subcontractor to respond 9. Project Site Map Provide a map showing the following items: A. Site location and boundaries. I 1 1 1 1 B. Site access roads. C. Drainage pathways from the site. D. Nearby waterways and sensitive areas. 18 / 144 1 1 1 E. Hazardous materials, equipment, and decontamination areas identified in 4, above. F. Pre-existing contamination or contaminant sources described in 5, above. G. Spill prevention and response equipment described in 7 and 8, above. 10. Spill Report Forms Provide a copy of the spill report form(s) that the Contractor will use in the event of a release or spill. Payment Payment will be made in accordance with Section 1-04.1 for the following Bid item when it is included in the Proposal: "SPCC Plan", lump sum. When the written SPCC is accepted by WSDOT, the Contractor shall receive 50 -percent of the lump sum Contract price for the plan. The remaining 50 -percent of the lump sum price will be paid after the materials and equipment called for in the plan is mobilized to the project. =:a The lump sum payment for "SPCC Plan" shall be full pay for: 1. All costs associated with creating the accepted SPCC Plan. 2. All costs associated with providing and maintaining the on-site spill prevention equipment described in the accepted SPCC Plan. 3. All costs associated with providing and maintaining the on-site standby spill response equipment and materials described in the accepted SPCC Plan. 4. All costs associated with implementing the spill prevention measures identified in the accepted SPCC Plan. 5. All costs associated with updating the SPCC Plan as required by this Specification. As to other costs associated with releases or spills, the Contractor may request payment as provided for in the Contract. No payment shall be made if the release or spill was caused by or resulted from the Contractor's operations, negligence, or omissions. 1-07.16(4) Archaeological and Historical Objects This section is supplemented with the following new sub -section: 1-07.16(4)A Inadvertent Discovery of Human Skeletal Remains If human skeletal remains are encountered by the Contractor, they shall not be further disturbed. The Contractor shall immediately notify the Engineer of any such finds, and shall cease all work adjacent to the discovery, in an area adequate to provide for the total security and protection of the integrity of the skeletal remains. The Engineer may require the Contractor to suspend Work in the vicinity of the discovery until final determinations and removal of the skeletal remains is completed. If the Engineer finds that the suspension of Work in the vicinity of the discovery increases or decreases the cost or time required for performance of any part of the Work under this Contract, 19/144 the Engineer will make an adjustment in payment or the time required for the performance of the Work in accordance with Sections 1-04.4 and 1-08.8. 1-07.17(2) Utility Construction, Removal or Relocation by Others The first sentence in the second paragraph is revised to read: If the Contract provides notice that utility work (including furnishing, adjusting, relocating, replacing, or constructing utilities) will be performed by others during the prosecution of the Work, the Special Provisions will establish the utility owners anticipated completion. The first sentence in the third paragraph is revised to read: When others delay the Work through late performance of utility work, the Contractor shall adhere to the requirements of Section 1-04.5. 1-07.23 Public Convenience and Safety This section is revised to read: The Contractor shall be responsible for providing adequate safeguards, safety devices, protective equipment, and any other needed actions to protect the life, health, and safety of the public, and to protect property in connection with the performance of the Work covered by the Contract. The Contractor shall perform any measures or actions the Engineer may deem necessary to protect the public and property. The responsibility and expense to provide this protection shall be the Contractor's except that which is to be furnished by the Contracting Agency as specified in other sections of these Specifications. Nothing contained in this Contract is intended to create any third - party beneficiary rights in favor of the public or any individual utilizing the Highway facilities being constructed or improved under this Contract. 1-07.23(1) Construction Under Traffic The second sentence in the second paragraph is revised to read: The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. The fifth sentence in the second paragraph is revised to read: The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. The final paragraph in this section is deleted. 1-07.23(2) Construction and Maintenance of Detours Number 1. under the first paragraph is revised to read: Detours and detour bridges that will accommodate traffic diverted from the Roadway, bridge, sidewalk or path during construction, SECTION 1-08, PROSECUTION AND PROGRESS August 3, 2009 1-08.1 Subcontracting Item (2) in the first sentence of the seventh paragraph is revised to read: 20/144 (2) Delivery of these materials to the Work site in vehicles owned or operated by such plants or by recognized independent or commercial hauling companies hired by those commercial plants. 1-08.3(2)A Type A Progress Schedule This section is revised to read: The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 days after the date the contract is executed, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.4 Prosecution of Work This section is supplemented with the following: When shown in the Plans, the first order of work on this project shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices are in place in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion The third sentence in the first paragraph is revised to read: A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the Contract specifically prohibits Work on the critical path of the Contractor's approved progress schedule, or one of these holidays: January 1, the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. 1-08.6 Suspension of Work The first paragraph is revised to read: The Engineer may order suspension of all or any part of the Work if: 1. Unsuitable weather that prevents satisfactory and timely performance of the Work; or 2. The Contractor does not comply with the Contract: or 3. It is in the public interest. 1-08.7 Maintenance During Suspension The first sentence in the fourth paragraph is revised to read: If the Engineer determines that the Contractor has pursued the Work diligently before the suspension, then the Contracting Agency will maintain the temporary Roadway (and bear its cost). 21 / 144 The fifth paragraph is revised to read: The Contractor shall protect and maintain all other Work in areas not used by traffic. All costs associated with protecting and maintaining such Work shall be the responsibility of the Contractor, except those costs associated with implementing the TESC Plan according to Section 8-01. The seventh paragraph is revised to read: After any suspension, the Contractor shall resume all responsibilities the Contract assigns for the Work. SECTION 1-09, MEASUREMENT AND PAYMENT April 7, 2008 1-09.9 Payments The first paragraph is supplemented with the following: For items Bid as lump sum, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction meeting. The second sentence in the third paragraph is revised to read: Unless otherwise provided in the payment clause of the applicable Specifications, partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Project Engineer's determination of the amount of Work performed, with consideration given to but not exclusively based on the Contractors lump sum breakdown. The third paragraph is supplemented with the following: The determination of payments under the contract will be final in accordance with Section 1-05.1. 1-09.9(1) Retainage In the fourth paragraph, number 1, the reference to $20,000 is revised to read $35,000. SECTION 1-10, TEMPORARY TRAFFIC CONTROL August 3, 2009 1-10.1(2) Description The following new paragraph is inserted after the second paragraph: Unless otherwise permitted by the Contract or approved by the Project Engineer, the Contractor shall keep all existing pedestrian routes and access points (including sidewalks, paths and crosswalks) open and clear at all times. The second and third sentences in the third paragraph are revised to read: The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on or adjacent to Highways, roads, streets, sidewalks or paths. No Work shall be done on or adjacent to any Traveled Way until all necessary signs and traffic control devices are in place. 22 / 144 1-10.2(1) General The second sentence in the third paragraph is revised to read: ' Possession of a current TCS card and flagging card by the primary and alternate TCS is mandatory. 1-10.2(1)B Traffic Control Supervisor In number 1. under the third paragraph, the reference to the book Quality Guidelines for Work Zone Traffic Control Devices is revised to Quality Guidelines for Temporary Traffic Control Devices. In number 2. under the third paragraph, the second sentence is revised to read: Traffic control devices shall be inspected at least once per hour during working hours except that Class A signs need to be checked only once a week and nighttime lighting need to be checked only once a shift. 1-10.2(2) Traffic Control Plans The first sentence in the first paragraph is revised to read: The traffic control plan or plans appearing in the Contract documents show a method of handling vehicle, bicycle and pedestrian traffic. In the third sentence of the second paragraph, the reference to "MUTCD, Part VI" is revised to "MUTCD, Part 6". 1-10.2(3) Conformance to Established Standards The second paragraph is revised to read: In addition to the standards of the MUTCD described above, the Contracting Agency has crashworthiness requirements for most workzone devices. The National Cooperative Highway Research Project (NCHRP) Report 350 has established requirements for crash testing. Workzone devices are divided into four categories. Each of those categories is described below: ' In the paragraph that begins with "Category 2", the second sentence is revised to read: Examples of this class are barricades, portable sign supports and signs. 1-10.3(1) Traffic Control Labor The second paragraph is revised to read: Vests and other high visibility apparel shall be in conformance with Section 1-07.8. 1-10.3(1)A Flaggers and Spotters The following is inserted after the fifth sentence of the second paragraph: Flagger station illumination shall meet the requirements of the MUTCD and these specifications. The Contractor shall provide portable lighting equipment capable of sufficiently illuminating a flagger and their station without creating glare for oncoming motorists, yet will meet the mobility requirements of the operation. The lighting stations shall be located on the same side of the roadway as the flagger and aimed either parallel or perpendicular to the traveled lanes to minimize glare. The lighting devices shall be located 5 to 10 feet from the edge of the travel lane with a mounting height of 15 to 25 ft above the ground. The flagger should be visible and discernable as a !; flagger from a distance of 1000 feet. 23 / 144 The fourth sentence of the fourth paragraph is revised to read: The duties of a spotter shall not include flagging and the use of a flagging paddle while performing spotting duties is not allowed. 1-10.3(2)B Rolling Slowdown The first two paragraphs are deleted and replaced with the following: Rolling slowdown traffic control operations are not to be used for routine work that can be addressed by standard lane or shoulder closure traffic control. When a short-term roadway closure is needed for an infrequent, non -repetitive work operation such as a sign bridge removal, or utility wire crossing, the Contractor may implement a rolling slowdown on a multi -lane roadway, as part of an approved traffic control plan. The Contractor shall submit for approval a traffic control plan detailing the expected delay time, interchange ramp control and rolling slowdown distance. A portable changeable message sign shall be placed ahead of the starting point of the traffic control to warn traffic of the slowdown. The sign shall be placed far enough ahead of the Work to avoid any expected backup of vehicles. A rolling slowdown shall use traffic control vehicles with flashing amber lights. At least one traffic control vehicle will be used for every two lanes to be slowed, plus a control vehicle will serve as a following (chase) vehicle for traffic ahead of the blockade. The traffic control vehicles shall enter the roadway and form a moving blockade to reduce traffic speeds and create a clear area ahead of the blockade in which to accomplish the work without a total stoppage of traffic. 1-10.3(2)C Lane Closure Setup/Takedown The following is inserted in front of item 1. of the first paragraph: A portable changeable message sign shall be established in advance of the operation, far enough back to provide warning of both the operation and of any queue of traffic that has formed during the operation. The second paragraph is revised to read: Once the lane is closed, the TMA/arrow board combination shall be replaced with an arrow board without attenuator. The second sentence of the third paragraph is revised to read: A truck -mounted attenuator with arrow board is required during the process of closing each additional lane and is to be replaced with an arrow board without attenuator after the lane is closed. 1-10.3(2)D Mobile Operations The first sentence of the first paragraph is revised to read: Where construction operations are such that movement along the length of a Roadway is continuous or near -continuous to the extent that a stationary traffic control layout will not be effective, the Contractor may implement a moving, or mobile, traffic control scheme. 1-10.3(3)A Construction Signs The third paragraph is revised to read: 24 / 144 All existing signs, new permanent signs installed under this Contract, and construction signs installed under this Contract that are inappropriate for the traffic configuration at a given time shall be removed or completely covered in accordance with Section 8-21.3(3). The seventh sentence of the fourth paragraph is revised to read: Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one to three days. The fourth paragraph is supplemented with the following: Tripod mounted signs in place more than three days in any one location, unless approved by the Engineer, shall be required to be post mounted and shall be classified as Class A construction signs. The fifth paragraph is revised to read: Where it is necessary to add weight to signs for stability, sand bags or other similar ballast may be used but the height shall not be more than 4 -inches above the Roadway surface, and shall not interfere with the breakaway features of the device. The Contractor shall follow the manufacturer's recommendations for sign ballasting. 1-10.3(3)B Sequential Arrow Signs The second and third sentences of the first paragraph are deleted. 1-10.3(3)C Portable Changeable Message Sign The second sentence of the first paragraph is deleted. 1-10.3(3)D Barricades The second paragraph is revised to read: Where it is necessary to add weight to barricades for stability, sand bags or other similar ballast may be used but the height shall not be more than 4 -inches above the Roadway surface and shall not interfere with the breakaway features of the device. The Contractor shall follow the manufacturer's recommendation for sign ballasting. 1-10.3(3)E Traffic Safety Drums The second paragraph is revised to read: Used drums may be utilized, provided all drums used on the project are of essentially the same configuration and the devices conform to Section 1-10.2(3). 1-10.3(3)G Traffic Cones This section including title is revised to read: 1-10.3(3)G Traffic Cones and Tall Channelizing Devices Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, install and maintain traffic cones or tall channelizing devices. Cones and tall channelizing devices shall be kept in good repair and shall be removed immediately when directed by the Engineer. Where wind or moving traffic frequently displaces cones, an effective method of stabilizing them, such as stacking two together at each location, shall be employed or heavier weighted bases may be necessary. 25 / 144 1-10.3(3)J Truck -Mounted Attenuator This section is supplemented with the following: A TMA may be used in lieu of a temporary impact attenuator when approved by the Engineer as part of a stage traffic control shift to protect an object such as blunt barrier end, or bridge pier column that is located within the work zone clear zone. This use of a TMA is restricted to a maximum of 3 days or approved extension by the Engineer. 1-10.3(3)K Portable Temporary Traffic Control Signal The first paragraph is revised to read: Where shown on an approved traffic control plan, the Contractor shall provide, operate, maintain and remove a portable temporary traffic control signal system to provide alternating one -lane traffic operations on a two-way facility. A portable temporary traffic control signal system shall be defined as two traffic control units that operate together. The system shall be trailer mounted, fully self- contained and designed so that it can be easily transported and deployed at different locations. The third sentence in the second paragraph is deleted. The following is inserted in front of the sixth paragraph: The Traffic Control Supervisor shall monitor and insure that the Portable Temporary Traffic Control Signal is fully operational and maintained as specified by the manufacturer. This Work may include cleaning and replacing lamps and other routine maintenance as needed. 1-10.4(2) Item Bids with Lump Sum for Incidentals The unit of measurement statement for "Portable Changeable Message Sign" is revised to read: "Portable Changeable Message Sign" will be measured by the hour for the time that each sign is operating as shown on an approved Traffic Control Plan. The unit of measurement statement for "Operation of Portable Changeable Message Sign" is deleted. The unit of measurement statement for "Portable Temporary Traffic Control Signal" is revised to read: No specific unit of measurement will apply to the lump sum item of "Portable Temporary Traffic Control Signal". 1-10.5(1) Lump Sum Bid for Project (No Unit Items) This section is revised to read: "Project Temporary Traffic Control", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Contract Work defined in Section 1-10, except for costs compensated by Bid Proposal items inserted through Contract Provisions as described in Section 1-10.4(3). 26/144 1-10.5(2) Item Bids with Lump Sum for Incidentals The unit of measure for "Portable Changeable Message Sign" is revised to "per hour". The bid item "Operation of Portable Changeable Message Sign" and the associated paragraph are deleted. The unit of measure for the bid item "Portable Temporary Traffic Control Signal," is revised to lump sum. The paragraph following "Portable Temporary Traffic Control Signal," is revised to read: The lump sum Contract price shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the Contract Work as described in Section 1- 10.3(3)K, including all costs for traffic control during manual control, adjustment, malfunction, or failure of the portable traffic control signals and during replacement of failed or malfunctioning signals. SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP April 7, 2008 2-01.3(1) Clearing Item 3 .is deleted. The first sentence in Item 4. is revised to read: Follow these requirements for all stumps that will be buried deeper than 5 -feet from the top, side, or end surface of the embankment or any structure: 2-01.3(2) Grubbing Item 2. e, is revised to read: Upon which embankments will be placed except stumps may be close -cut or trimmed as allowed in Section 2-01.3(1) item 4. SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS April 7, 2008 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters The first sentence in 3. is supplemented with the following: For removal of bituminous pavement, asphalt planing equipment may be used in lieu of sawcutting provided that a clean vertical edge remains. SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT January 7, 2008 2-03.1 Description The first sentence in the first paragraph is revised to read: The Work described in this section, regardless of the nature or type of the materials encountered, includes excavating and grading the Roadway, excavating in borrow pits, excavating below grade, excavating channels and ditches, removing slide material, and disposing of all excavated material. 2-03.3(3) Excavation Below Grade The section title is revised to read: 27 / 144 2-03.3(3) Excavation Below Subgrade The first sentence in the fifth paragraph is revised to read: Compaction. If the density of the natural earth under any area of the Roadway is less than that required in Section 2-03.3(14)C, Method B, the Engineer may order the Contractor to perform any or all of the following: 2-03.3(14)M Excavation of Channels This section including title is revised to read: 2-03.3(14)M Excavation of Channels and Ditches Channel Excavation: Open excavations 8 -feet or more wide at the bottom, but excludes channels that are part of the Roadway. Ditch Excavation: Open excavations less than 8 -feet wide at the bottom, but excludes ditches that are part of the Roadway. Before excavating channels or ditches, the Contractor shall clear and grub the area in accordance with Section 2-01. 2-03.4 Measurement The first sentence in the first paragraph is revised to read: Roadway excavation, channel excavation, ditch excavation, unsuitable foundation excavation, and common borrow items will be measured by the cubic yard. The fourth sentence in the first paragraph is revised to read: For Roadway excavation, channel excavation and ditch excavation items, the original ground will be compared with the planned finished section shown in the Plans. 2-03.5 Payment The first paragraph is supplemented with the following: "Channel Excavation", per cubic yard. "Channel Excavation Incl. Haul", per cubic yard. "Ditch Excavation", per cubic yard. "Ditch Excavation Incl. Haul", per cubic yard. The first sentence in the second paragraph is revised to read: The unit Contract price per cubic yard for "Roadway Excavation", "Roadway Excavation Incl. Haul", "Roadway Excavation — Area ", "Roadway Excavation Incl. Haul — Area ", "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and "Ditch Excavation Incl. Haul" shall be full compensation for all costs incurred for excavating, loading, placing, or otherwise disposing of the material. The second paragraph is supplemented with the following: When a bid item is not included in the proposal for channel excavation or ditch excavation all costs shall be included in roadway excavation. The third paragraph is revised to read: 28/144 When the Engineer orders Work according to Section 2-03.3(3), unit Contract prices shall apply, unless the Work differs materially from the excavation above Subgrade, then payment will be in accordance with Section 1-04.4. SECTION 5-04, HOT MIX ASPHALT August 3, 2009 5-04.1 Description The first paragraph is supplemented with the following: The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives and foaming. 5-04.2 Materials The first paragraph is supplemented with the following: Warm Mix Asphalt Additive Recycled Asphalt Pavement 9-02.5 9-03.8(3)B The second sentence in the third paragraph is revised to read: If utilized, the amount of RAP shall not exceed 20 -percent of the total weight of the HMA. The following is inserted after the fourth sentence in the fourth paragraph: The substituted asphalt binder shall not exceed a one grade change for either of the design temperatures with a minimum pavement design temperature no lower than minus 28° C. The following paragraph is inserted after the fourth paragraph: The Contractor may use Warm Mix Asphalt (WMA) processes in the production of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. The reference to "pavement" in the fifth paragraph is revised to "HMA". 5-04.3(1) HMA Mixing Plant The following item is inserted to follow item 2: 3. Heating of Asphalt Binder. The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. Existing items 3. and 4. are renumbered to items 4. and 5. respectively. 5-04.3(3) Hot Mix Asphalt Pavers The following is inserted at the beginning of the second paragraph: 29 / 144 Prior to the use of any HMA paver the Contractor shall certify the paver is equipped with the most current equipment available from the manufacturer for the prevention of the segregation of the coarse aggregate particles. The certification shall list the make, model and year of the paver and any equipment that has been retrofitted to the paver. The third paragraph is deleted. All references to "Engineer" in the seventh paragraph are revised to "Project Engineer". This section is supplemented with the following sub -section: 5-04.3(3)A Material Transfer DeviceNehicle Direct transfer of HMA from the hauling equipment to the paving machine will not be allowed in the top 0.30 feet of the pavement section of hot mix asphalt (HMA) used in traffic lanes with a depth of 0.08 feet or greater. A material transfer device or vehicle (MTDN) shall be used to deliver the HMA from the hauling equipment to the paving machine. HMA placed in irregularly shaped and minor areas such as road approaches, tapers and turn lanes are excluded from this requirement. The MTDN shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Project Engineer. 5-04.3(4) Rollers All references to "Engineer" in this section are revised to "Project Engineer". 5-04.3(5)A Preparation of Existing Surfaces The reference to "will" in the third sentence of the second paragraph is revised to "shall". 5-04.3(5)C Crack Sealing The reference to "U.S. No. 4-0" in the first sentence of the second paragraph is revised to "No. 4-0". 5-04.3(5)E Pavement Repair This section is revised to read: The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as staked. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Contractor to the satisfaction of the Project Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Project Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift. The Project Engineer will determine the excavation depth, which may vary up to 1 -foot. The determination will depend on the location of material suitable for support of the pavement. The minimum width of any pavement repair area shall be 3 -feet unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed in a Contractor -provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9- 03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(5)A. A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35 -foot compacted depth. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 30 / 144 5-04.3(6) Heating of Asphalt Binder This section including title is revised to read: 5-04.3(6) Vacant 5-04.3(7)A Mix Design The content of this section is revised and moved to the following sub -sections: 5-04.3(7)A1 General The Contractor shall develop a mix design prior to the initial production of HMA and prior to the production of HMA each calendar year thereafter. The mix design aggregate structure and asphalt binder content shall be determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2) and 9-03.8(6). Mix designs that were developed during the calendar year prior to current year's production of HMA that have been issued a WSDOT mix design report will be accepted provided the Contractor submits a certification letter stating that the aggregate and asphalt binder have not changed. Changes to aggregate that may require a new mix design include the source of material or a change in the percentage of material from a stockpile greater than 5 -percent. Changes to asphalt binder that may require a new mix design include the source of the crude petroleum supplied to the refinery, the refining process and additives or modifiers in the asphalt binder. 5-04.3(7)A2 Statistical or Nonstatistical Evaluation Mix designs for HMA accepted by statistical and nonstatistical evaluation shall be submitted to the Project Engineer on DOT form 350-042. For a mix design that was originally developed for another WSDOT contract the Contractor shall also submit DOT form 350-041 and include all changes to the job mix formula that have been approved on other contracts. The Contractor shall submit representative samples of the mineral materials that are to be used in the HMA production. The Contracting Agency will use these samples to conduct verification testing of the mix design in accordance with WSDOT Standard Operating Procedure 732 and to determine anti -strip requirements, if any, in accordance with WSDOT test method T 718. Verification testing of HMA mix designs proposed by the Contractor that include RAP will be completed without the inclusion of the RAP. Submittal of RAP samples is not required. A mix design report will be provided within 25 -calendar days after a mix design submittal has been received in the State Materials Laboratory in Tumwater. No paving shall begin prior to issuance of the mix design report or reference mix design report for that year. 5-04.3(7)A3 Commercial Evaluation Mix designs for HMA accepted by commercial evaluation shall be submitted to the Project Engineer on DOT form 350-042; only the first page is required. Verification of the mix design by the Contracting Agency is not required. The Project Engineer will determine anti -strip requirements for the HMA. Paving shall not begin before the anti -strip requirements have been provided to the Contractor. For commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use. 5-04.3(8) Mixing The second paragraph is revised to read: When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the mix design or reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the 31 / 144 WMA additive. A maximum water content of 2 -percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Project Engineer. This section is supplemented with the following: Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Project Engineer. 5-04.3(8)A Acceptance Sampling and Testing - HMA Mixture The content of this section is revised and moved to the following sub -sections: 5-04.3(8)A1 General Acceptance of HMA shall be as provided under statistical, nonstatistical or commercial evaluation. Acceptance of HMA by statistical evaluation is administered under the provisions of Section 5- 04.5(1) Quality Assurance Price Adjustments. Statistical evaluation will be used for a class of HMA when the Proposal quantities for that class of HMA exceed 4,000 -tons. Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal quantities for a class of HMA are 4,000 -tons or less. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of statistical and nonstatistical evaluation. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Project Engineer and may be made in accordance with Section 9-03.8(7). 5-04.3(8)A2 Aggregates For HMA accepted by statistical evaluation the gradation of aggregates will be included in the statistical calculations. The acceptance criteria for aggregate properties of sand equivalent, uncompacted void content and fracture will be their conformance to the requirements of Section 9- 03.8(2). These properties will not be included in the statistical evaluation. Sampling and testing of aggregates accepted by commercial evaluation will be at the option of the Project Engineer. 5-04.3(8)A3 Sampling The random sampling of HMA will be by WSDOT Test Method T 716. Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with WSDOT FOP for WAQTC/AASHTO T 168. 5-04.3(8)A4 Definition of Sampling Lot and Sublot A lot is represented by randomly selected samples that will be tested for acceptance with a maximum of 15-sublots per lot; the final lot may be increased to 25-sublots. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the 32 / 144 Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75 a new lot will begin at the Contractor's request after the Project Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for statistical and nonstatistical evaluation shall be performed on the frequency of one sample per sublot. The sublots shall be approximately uniform in size with a maximum sublot size of 800 -tons. The quantity of material represented by the final sublot for either statistical or nonstatistical evaluation may be increased to a maximum of 2 -times the sublot quantity calculated. Should a lot accepted by statistical evaluation contain fewer than three sublots, the HMA will be accepted in accordance with nonstatistical evaluation. 5-04.3(8)A5 Test Results The results of all acceptance testing performed in the field and the Composite Pay Factor (CPF) of the lot after three sublots have been tested will be available to the Contractor through WSDOT's website. The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 -calendar days after the specific test results have been posted to the website. A split of the original acceptance sample will be sent for testing to either the Region Materials Laboratory or the State Materials Laboratory as determined by the Project Engineer. The split of the sample will not be tested with the same equipment or by the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content and Va and the results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $250 per sample. 5-04.3(8)A6 Test Methods Testing of HMA for compliance of Va will be by WSDOT Standard Operating Procedure SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11. 5-04.3(8)A7 Test Section - HMA Mixture For each class of HMA accepted by statistical evaluation the Contractor may request a test section to determine if the mixture meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The test section shall be constructed at the beginning of paving and will be at least 600 -tons and a maximum of 1000 -tons or as approved by the Project Engineer. No further wearing or leveling HMA will be paved the day of or the day following the construction of the test section. The mixture in the test section will be evaluated as a lot with a minimum of 3 sublots required. 5-04.3(9) Spreading and Finishing The nominal compacted depth for HMA Class 3/4' and HMA Class 1/2' listed under the first paragraph is revised to read: HMA Class 3/4" and HMA Class 1/2' wearing course other courses 0.30 -feet 0.35 -feet 33/144 5-04.3(10)A General The second sentence in the third paragraph is revised to read: An exception shall be that pneumatic tired rollers shall be used for compaction of the wearing course beginning October 1st of any year through March 31st of the following year. The sixth sentence in the third paragraph is revised to read: Rollers shall only be operated in static mode on bridge decks. 5-04.3(10)B Control The content of this section is revised and moved to the following sub -sections: 5-04.3(10)61 General HMA mixture accepted by statistical or nonstatistical evaluation that is used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10 -foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a minimum of 91.0 - percent of the reference maximum density as determined by WSDOT FOP for AASHTO T 209. The specified level of density attained will be determined by the statistical evaluation of tests taken in accordance with FOP for WAQTC TM 8 and WSDOT SOP T 729 on the day the mix is placed (after completion of the finish rolling). Each compaction lot will be divided into sublots with a maximum of 15-sublots per lot; the final lot may be increased to 25-sublots. Sublots will be uniform in size with a maximum of approximately 80 -tons per sublot; the final sublot of the day may be increased to 120 tons. The sublot locations within each density lot will be determined by the stratified random sampling procedure conforming to WSDOT Test Method T 716. For a lot in progress with a CPF less than 0.75 a new lot will begin at the Contractor's request after the Project Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Project Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)62 Cyclic Density The Project Engineer may also evaluate the HMA for low cyclic density of the pavement in accordance with WSDOT SOP 733. Low cyclic density areas are defined as spots or streaks in the pavement that are Tess than 90.0 -percent of the reference maximum density. Any area tested for density under Section 5-04.3(10)61 will be included in this evaluation. A $500 price adjustment will be assessed for any 500 -foot section with two or more density readings below 90.0 -percent of the reference maximum density. 5-04.3(10)63 Longitudinal Joint Density. The Project Engineer will evaluate the HMA wearing surface for low density at the longitudinal joint in accordance with WSDOT SOP 735. Low density is defined as less than 90.0 -percent of the reference maximum density. If 1 density reading, at either longitudinal joint, is below 90.0 -percent of the reference maximum density, a $200 price adjustment will be assessed for that sublot. 34 / 144 5-04.3(10)B4 Test Results The nuclear moisture -density gauge results of all compaction acceptance testing and the CPF of the lot after three sublots have been tested will be available to the Contractor through WSDOT's website. Determination of the relative density of the HMA with a nuclear moisture -density gauge requires a correlation factor and may require resolution after the correlation factor is known. Acceptance of HMA compaction will be based on the statistical evaluation and CPF so determined. For a sublot that did not meet the minimum of 91.0 -percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear moisture -density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. The core will be taken at approximately the same location as the nuclear moisture -density gauge test in the compaction sublot being challenged. Traffic control shall be provided by the Contractor as requested by the Project Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(11) Reject HMA The -section heading is revised to read: 5-04.3(11) Reject Work The content of this section is revised and moved to the following sub -sections: 5-04.3(11)A General Work that is defective or does not conform to Contract requirements shall be rejected. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing The Project Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of 3 representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the statistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material, and in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75 the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 -percent of the unit Contract price added for the cost of removal and disposal. 35 / 144 5-04.3(11)D Lots and Sublots 5-04.3(11)D1 A Partial Sublot In addition to the random acceptance sampling and testing, the Project Engineer may also isolate from a normal subiot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of 3 random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)D2 An Entire Sublot An entire subiot that is suspected of being defective may be rejected. When a subiot is rejected a minimum of 2 additional random samples from this subiot will be obtained. These additional samples and the original subiot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)D3 ALot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Project Engineer is satisfied that material conforming to the Specifications can be produced: a. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or b. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or c. When either the PFi for any constituent or the CPF of a lot in progress is Tess than 0.75. 5-04.3(11)D4 An Entire Lot An entire lot with a CPF of less than 0.75 will be rejected. The designated percentage reduction as defined in Section 1-06.2(2)B under Financial Incentive Paragraph 1, Item 3, shall be 25 -percent. 5-04.3(12)A Transverse Joints The first and second sentences of the second paragraph are revised to read: A temporary wedge of HMA constructed on a 50H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. 5-04.3(12)B Longitudinal Joints The first two paragraphs are revised to read: The longitudinal joint in any 1 course shall be offset from the course immediately below by not more than 6 -inches nor less than 2 -inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge Zine of the Traveled Way. On one -lane ramps a longitudinal joint may be constructed at the center of the traffic lane, subject to approval by the Project Engineer, if: 1. The ramp must remain open to traffic, or 2. The ramp is closed to traffic and a hot -lap joint is constructed. 36/144 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 a. If a hot -lap joint is allowed at the center of the traffic lane, 2 paving machines shall be used; a minimum compacted density in accordance with Section 5-04.3(10)B shall be achieved throughout the traffic lane; and construction equipment other than rollers shall not operate on any uncompacted mix. The reference to Standard Plan A-1 in the third paragraph is revised to read "Standard Plan A40.10-00." 5-04.3(16) Weather Limitations The first sentence of the first paragraph is revised to read: HMA for wearing course shall not be placed on any Traveled Way beginning October 1st of any year through March 31st of the following year without written approval from the Project Engineer. The chart for Surface Temperature Limitation is revised to read: Surface Temperature Limitation Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55°F 45°F 0.10 to 0.20 45°F 35°F More than 0.20 35°F 35°F 5-04.3(19) Sealing of Pavement Surfaces This section is revised to read: Where shown in the Plans, the Contractor shall apply a fog seal. The fog seal shall be constructed in accordance with Section 5-02.3. Unless otherwise approved by the Project Engineer, the fog seal shall be applied prior to opening to traffic. 5-04.3(21) Asphalt Binder Revision This section including title is revised to read: 5-04.3(21) Vacant 5-04.4 Measurement The measurement statement for Asphalt For Fog Seal is revised to read: Asphalt For Fog Seal will be measured by the ton as provided in Section 5-02.4. 5-04.5 Payment The payment statement for Asphalt for Fog Seal is revised to read: Payment for "Asphalt for Fog Seal" is described in Section 5-02.5. The reference to "item 1 B" in the payment statement for "Longitudinal Joint Density Price Adjustment" is deleted. 37 / 144 5-04.5(1) Quality Assurance Price Adjustments The table of Price Adjustment Factors is revised to read: Table of Price Adjustment Factors Constituent Factor "f' All aggregate passing: 1%", 1", 3/4', %', %" and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids, Va 20 The second paragraph is revised to read: A pay factor will be calculated for each sieve listed that is equal to or smaller than the maximum allowable aggregate size (100 -percent passing sieve), asphalt binder and percent air voids (Va). 5-04.5(1)B Price Adjustments for Quality of HMA Compaction This section is revised to read: For each compaction control lot with one or two sublots having all sublots attain a relative density that is 91.0 -percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 91.0 -percent of the reference maximum density the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. Additional testing by either a nuclear moisture - density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For each compaction control lot with three or more sublots, a Compaction Incentive Price Adjustment Factor (CIPAF) will be determined. The CIPAF equals the algebraic difference of the CPF minus 1.00 multiplied by 40 -percent. The Compaction Price Adjustment will be calculated as the product of CIPAF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. SECTION 7-05, MANHOLES, INLETS, CATCHBASINS, AND DRYWELLS August 3, 2009 7-05.2 Materials The referenced section for Precast Concrete Manhole is revised to 9-05.50(2). The referenced section for Precast Concrete Catch Basins is revised to 9-05.50(3). The referenced section for Precast Concrete Drywelis is revised to 9-05.50(5). This section is supplemented with the following: Precast Concrete Inlets 9-05.50(4) 38 / 144 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 7-07, CLEANING EXISTING DRAINAGE STRUCTURES August 3, 2009 7-07.3 Construction Requirements The last sentence of the first paragraph is revised to read: Existing drainage facilities shall be kept clean throughout the life of the project and be clean upon final acceptance of the Work. This section is supplemented with the following: Material to be removed shall be disposed of in the following manner: 1. Structures specifically noted in the Contract that are suspected to contain contaminated sediment shall be disposed of at a licensed disposal facility. 2. While performing the Work, if drainage water and/or soil appear oily, exhibits an unusual color or odor, or if staining or corrosion is observed, the Contractor shall stop work and immediately notify the Engineer. Additional work necessary in handling materials shall be in accordance with Section 1-04.4. 3. If sediment and water from structures does not meet the conditions described in 1 or 2 above, material may be placed in an upland area with no possibility of surface runoff to waters of the state, including wetlands. While performing the Work, the Contractor shall implement all necessary best management practices and measures to meet the conditions of Section 1-07.5. SECTION 9-00, DEFINITIONS AND TESTS August 3, 2009 9-00 Definitions and Tests In regards to sieve sizes, all references in this division to "U.S" and "Square" are deleted. 9-00.4 Sieve Analysis of Aggregate This section including title is revised to read: 9-00 Sieves for Testing Purposes Test sieves shall be made either: (1) of woven wire cloth conforming to AASHTO Designation M 92 or ASTM Designation E 11, or (2) of square -hole, perforated plates conforming to ASTM Designation E 323. SECTION 9-02, BITUMINOUS MATERIALS August 3, 2009 9-02.1 Asphalt Material, General This section is supplemented with the following: The Asphalt Supplier of Performance Graded Asphalt Binder (PGAB) and Cationic Emulsified Asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and Emulsified Asphalts." The Asphalt Supplier's QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to be submitted. The Asphalt Supplier 39/144 of PGAB and Cationic Emulsified Asphalt shall certify through the Bill of Lading that the PGAB or Cationic Emulsified Asphalt meets the Specification requirements of the Contract. 9-02.1(4)A Quality Control Plan This section including title is revised to read: 9-02.1(4)A Vacant This section is supplemented with the following new subsection: 9-02.5 Warm Mix Asphalt (WMA) Additive Additives for WMA shall be approved by the Engineer. SECTION 9-03, AGGREGATES August 3, 2009 9-03 Aggregates In regards to sieve sizes, all references in this division to "U.S" and "Square" are deleted. 9-03.1(1) General Requirements The reference to ASTM C-1260 in the third, fifth, and sixth paragraphs is deleted. The following new paragraph is inserted after the sixth paragraph: The use of fly ash that does not meet the requirements of Table 2 of AASHTO M295 may be approved for use. The Contractor shall submit test results according to ASTM C 1567 through the Project Engineer to the State Materials Laboratory that demonstrate that the proposed fly ash when used with the proposed aggregates and portland cement will control the potential expansion to 0.20 percent or less before the fly ash and aggregate sources may be used in concrete. The Contracting Agency may test the proposed ASR mitigation measure to verify its effectiveness. In the event of a dispute, the Contracting Agency's results will prevail. 9-03.1(5)B Grading The table following the second paragraph is revised to read: Nominal Maximum Aggregate Size 3 2-1/2 2 1-1/2 1 3/4 '/2 3/ No. 4 3%2" 100 3" 93-100* 100 2 %2" 92-100* 100 2" 76-90 90-100* 100 11/2" 66-79 71-88 87-100* 100 1" 54-66 58-73 64-83 82-100* 100 3/4" 47-58 51-64 55-73 62-88 87-100* 100 1/2" 38-48 41-54 45-61 57-83 81-100* 100 3/9" 33-43 35-47 39-54 43-64 60-88 86-100* 100 40 / 144 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 No. 4 22-31 24-34 26-39 29-47 34-54 41-64 48-73 1" 68-100* No. 8 15-23 16-25 17-29 19-34 22-39 27-47 31-54 39-73 No. 16 9-17 10-18 11-21 12-25 14-29 17-34 20-39 24-54 28-73 No. 30 5-12 6-14 6-15 7-18 8-21 9-25 11-29 13-39 16-54 No. 50 2-9 2-10 3-11 3-14 3-15 4-18 5-21 6-29 7-39 No. 100 0-7 0-7 0-8 0-10 0-11 0-14 0-15 0-21 0-29 No. 200 0-2.0 0-2.0 0-2.0 0-2.0 0-2.0 0-2.0 0-2.0 0-2.0 0-2.5 * Nominal Maximum Size 9-03.4(2) Grading and Quality The table following the second paragraph is revised to read: Crushed Screening Percent Passing 3/4" - Y2" 5/8" - No. 4 i/2" - No. 4 3/8"- No. 4 %" — No. 10 No. 4 - 0 1" 100 --- --- --- --- 3/4" 95-100 100 --- --- --- %" --- 95-100 100 --- --- %2" 0-20 --- 90-100 100 100 --- 3/8" 0-5 --- 60-85 70-90 90-100 100 No. 4 --- 0-10 0-3 0-5 0-20 76-100 No. 10 --- 0-3 0-5 30-60 No. 200 0-1.5 0-1.5 0-1.5 0-1.5 0-1.5 0-10.0 % fracture, by weight, min. 90 90 90 90 90 90 This section is supplemented with the following: Fine aggregate used for choke stone applications meeting the grading requirements of Section 9- 03.1(2)B may be substituted for the No. 4 - 0 gradation. 9-03.6(3) Test Requirements The sentence above the last paragraph is revised to read: WSDOT Test Method T 718 Pass 41 / 144 9-03.8(2) HMA Test Requirements Under Mix Criteria, in the chart following number 4, "Modified Lottman Stripping Test" is revised to "Stripping Evaluation WSDOT Test Method T 718". 9-03.8(3)B Gradation - Recycled Asphalt Pavement and Mineral Aggregate This section is revised to read: The gradation for the new aggregate used in the production of the HMA shall be the responsibility of the Contractor, and when combined with recycled material, the combined material shall meet the gradation Specification requirements for the specified Class HMA as listed in Section 9-03.8(6) or as shown in the Special Provisions. The new aggregate shall meet the general requirements listed in Section 9-03.8(1) and Section 9-03.8(2). No contamination by deleterious materials will be allowed in the old asphalt concrete used. THIS SPACE INTENTIONALLY LEFT BLANK 42 / 144 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9-03.8(7) HMA Tolerances and Adjustments Number 1. including the associated chart is revised to read: 1. Job Mix Formula Tolerances. The constituents of the mixture at the time of acceptance shall conform to the following tolerances: These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points, except the tolerance limits for sieves designated as 100% passing will be 99-100. 9-03.17 Foundation Material Class A and Class B This section is revised to read: Foundation material Class A and Class B shall conform to the following gradations: Statistical Evaluation Nonstatistical Evaluation Commercial Evaluation Aggregate, percent passing 21/2" 98-100 95-100 1",3/a",1/2"and %" sieves ±6% ±6% ±8% No. 4 sieve ± 5% ± 6% ± 8% No. 8 sieve ± 4% ± 6% ± 8% No. 200 sieve ± 2.0% ± 2.0% ± 3.0% Asphalt binder ± 0.5% ± 0.5% ± 0.7% Air Voids, Va 2.5% minimum and 5.5% maximum These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points, except the tolerance limits for sieves designated as 100% passing will be 99-100. 9-03.17 Foundation Material Class A and Class B This section is revised to read: Foundation material Class A and Class B shall conform to the following gradations: All percentages are by mass. 9-03.20 Test Methods for Aggregates This section is revised to read: The properties enumerated in these Specifications shall be determined in accordance with the following methods of test: Title Test Method 43 / 144 Percent Passing Sieve Size Class A Class B 21/2" 98-100 95-100 2" 92-100 75-100 11/2" 72-87 30-60 3/4" 27-47 0-5 %/8' 3-14 --- No.4 0-5 --- All percentages are by mass. 9-03.20 Test Methods for Aggregates This section is revised to read: The properties enumerated in these Specifications shall be determined in accordance with the following methods of test: Title Test Method 43 / 144 FOP for AASHTO T 2 for Standard Practice for Sampling Aggregates WSDOT FOP for AASHTO T 2 Organic Impurities in Fine Aggregates for Concrete AASHTO T 21 Clay Lumps and Friable Particles in Aggregates AASHTO T 112 Resistance to Degradation of Small Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine AASHTO T 96 Material Finer than 0.075 mm (No. 200) Sieve in Mineral Aggregates by Washing AASHTO T 11 FOP for AASHTO for Determining the Percentage of Fracture in Coarse Aggregates WSDOT FOP for AASHTO TP 61 FOP for WAQTC/AASHTO for Sieve Analysis of Fine and Coarse Aggregates WAQTC FOP for AASHTO T 27/11 FOP for AASHTO T 176 for Plastic Fines in Graded Aggregates and Soils by Use of the Sand Equivalent Test f WSDOT FOP for AASHTO T 176 Method of Test for Determination of Degradation Value WSDOT T 113 Particle Size Analysis of Soils AASHTO T 88 Method of Test for Determination of the Resistance (R Value) of Untreated Bases, Subbases, and Basement Soils by the Stabilometer WSDOT T 611 9-03.21(1) General Requirements The first paragraph is supplemented with the following: The Contractor shall provide a certification that the recycled materials are in conformance with the requirements of the Standard Specifications prior to delivery. The certification shall include the percent by weight of each recycled material. This section is supplemented with the following sub -sections: 9-03.21(1)A Recycled Hot Mix Asphalt For recycled materials incorporating hot mix asphalt the Contractor shall verify the maximum bitumen content for the blended mix. The Contractor shall use WSDOT FOP for AASHTO T 308 (a statewide average of 0.70 may be used as a calibration factor) and WSDOT FOP for AASHTO T 329 or other tests approved by the Engineer to determine the total bitumen content. 9-03.21(1)B Recycled Portland Cement Concrete Rubble For recycled materials incorporating Portland cement concrete rubble the product supplier shall perform total lead content testing quarterly. Tests shall include a minimum of five samples. Sample collection shall be conducted according to ASTM D 75. Total lead content testing will be conducted 44 / 144 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 according to EPA Method 3010/6010. A test shall not exceed 250 ppm using a total lead analysis EPA Test Method 6010. In addition, the Toxicity Characteristics Leaching Procedure, EPA Test Method 1311 shall be used and a test shall not exceed 5.0 ppm. The product supplier shall keep all test results on file. 9-03.21(1)C Recycled Glass Aggregates The product supplier shall perform total lead content testing quarterly. Tests shall include a minimum of five samples. Sample collection shall be conducted according to ASTM D 75. Total lead content testing will be conducted according to EPA Method 3010/6010. A test shall not exceed 250 ppm using a total lead analysis EPA Test Method 6010. In addition, the Toxicity Characteristics Leaching Procedure, EPA Test Method 1311 shall be used and a test shall not exceed 5.0 ppm. The product supplier shall keep all test results on file. 9-03.21(1)D Recycled Steel Furnace Slag The Contractor shall provide to the Engineer the steel furnace slag blends that will be used in the final product prior to use. Maximum Allowable Percent (by weight) of Recycled Material 45 / 144 Hot Mix Asphalt Concrete Rubble Recycled Glass Steel Furnace Slag Fine Aggregate for Portland Cement Concrete 9-03.1(2) 0 0 0 0 Coarse Aggregates for Portland Cement Concrete 9-03.1(4) 0 0 0 0 Aggregate for Asphalt Treated Base (ATB) 9-03.6 Aggregates for Hot Mix Asphalt 9-03.8 See 5-04.2 0 0 20 Ballast 9-03.9(1) 20 100 15 20 Shoulder Ballast 9-03.9(2) 20 100 15 20 Crushed Surfacing 9-03.9(3) 20 100 15 20 Aggregate for Gravel Base 9-03.10 20 100 15 20 Gravel Backfill for Foundations — Class A 9-03.12(1)A 20 100 15 20 Gravel Backfill for Foundations — Class B 9-03.12(1)B 20 100 15 20 Gravel Backfill for Walls 9-03.12(2) 0 100 15 20 Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 0 100 15 20 Gravel Backfill for Drains 9-03.12(4) 0 100 100 0 45 / 144 Gravel Backfill for Drywells 9-03.12(5) 0 0 100 0 Backfill for Sand Drains 9-03.13 0 100 100 0 Sand Drainage Blanket 9-03.13(1) 0 100 100 0 Gravel Borrow 9-03.14(1) 20 100 100 20 Select Borrow 9-03.14(2) 20 100 100 20 Select Borrow (greater than 3 -feet below Subgrade and side slopes) 9-03.14(2) 100 100 100 20 Common Borrow 9-03.14(3) 20 100 100 20 Common Borrow - (greater than 3 -feet below Subgrade and side slopes) 9-03.14(3) 100 100 100 20 Foundation Material Class A and Class B 9-03.17 0 100 100 20 Foundation Material Class C 9-03.18 0 100 100 20 Bank Run Gravel for Trench Backfill 9-03.19 0 100 100 20 9-03.21(2) Recycled Hot Mix Asphalt This section including title is deleted in its entirety. 9-03.21(3) Recycled Portland Cement Concrete Rubble This section including title is deleted in its entirety. 9-03.21(4) Recycled Glass Aggregates This section including title is deleted in its entirety. 9-03.21(5) Steel Furnace Slag This section including title is deleted in its entirety. SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS August 3, 2009 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 This section is supplemented with the following new sub -sections: 9-05.50 Precast Concrete Drainage Structures 1 9-05.50(1) Fabrication Tolerances and requirements All precast concrete items shall meet the requirements of AASHTO M199, fabricated as shown on the Plans, and shall meet the tolerances and revisions as listed below: 46/144 1 1 1 1. The following information shall be legibly marked on each precast product (excluding rectangular and round adjustment sections). Marking shall be indented into the concrete, painted thereon with waterproof paint, or contained within a bar-coded sticker firmly attached to the product: a. Fabricator name or trademark. b. Date of manufacture. 2. Catch Basins (to include Type 1, Type 1 L, Type 1 P), and Concrete Inlets a. Knock -out wall thickness, measured at thinnest point, 11/2" to 2W b. Knock -out diameter, 5% plus/minus allowance. c. Base thickness, measured at thinnest point, 4" with 1/2" minus tolerance. d. All other dimensions as shown on plans, 5% plus/minus allowance. 3. Catch Basin Type 2, and Manhole Type 1, 2, 3 a. Knock -out diameter, 5% plus/minus allowance. 4. Flat Slab Tops a. Round or rectangular opening, 5% plus/minus allowance. 5. Rectangular or Circular Adjustment Sections a. Opening size or diameter, 5% plus/minus allowance. 6. Conical Sections a. Top opening diameter, 5% plus/minus allowance. 7. Grate Inlets a. Knock -out wall thickness, measured at thinnest point, 11/2" to 21/2". b. Knock -out diameter, 5% plus/minus allowance. c. Opening size, 2%2 % plus/minus allowance. 8. Drop Inlets a. Knock -out diameter, 1" plus/minus allowance. 9-05.50(2) Manholes Precast concrete manholes shall meet the requirements of AASHTO M 199. The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral displacement. When secondary synthetic fiber reinforcement is used in 48 -inch diameter by 3 -foot high eccentric or concentric cone sections the synthetic fiber shall meet the requirements of Section 9-05.50(9). A minimum of two hoops of W2 wire shall be placed in the 48 -inch end of each cone. No steel is required in the remainder of the cone. Precast manhole sections 48 -inch diameter, with no knock -outs, may be produced using no steel reinforcement. As an alternate to conventional steel reinforcement, producers shall use synthetic structural fibers meeting the requirements of Section 9-05.50(10). 9-05.50(3) Precast Concrete Catch Basins Precast concrete catch basins shall conform to the requirements of Section 9-05.50(1), except that the dimensions shall be as set forth in the Plan. When secondary synthetic fiber reinforcement is used to produce Type 1, Type 1L and Type 1P, Catch Basins, the synthetic fiber shall meet the requirements of Section 9-05.50(9). A minimum 47 / 144 amount of steel reinforcement shall be used to reinforce the area around the knockouts. Steel reinforcing shall consist of a No. 3 horizontal hoop reinforcing bar located above the knockouts, and a No. 3 vertical reinforcing bar in each corner, extending a minimum of 18 -inches below the top surface of the catch basin. Catch Basin Type 1 may be produced using structural synthetic fibers meeting the requirements of Section 9-05.50(10). Catch Basin Type 1 shall contain one hoop of No. 3 reinforcing bar around the top perimeter. Knockouts or cutouts may be placed on all four sides and may be round or D shaped. 9-05.50(4) Precast Concrete Inlets Precast concrete inlets shall conform to the requirements of Section 9-05.50(1) except that the dimensions shall be as set forth in the Plans. 9-05.50(5) Precast Concrete Drywells Precast concrete drywells shall meet the requirements of Section 9-05.50(1). Seepage port size and shape may vary per manufacturer. Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 square inches for round openings and 15 square inches for rectangular openings. The ports shall be uniformity spaced with at least one port per 8 -inches of drywell height and 15 -inches of drywell circumference. Precast Drywells may be produced using no steel reinforcement. As an alternate to conventional steel reinforcement, producers shall use synthetic structural fibers meeting the requirements of Section 9-05.50(10). 9-05.50(6) vacant 9-05.50(7) vacant 9-05.50(8) vacant 9-05.50(9) Synthetic Fibers for Precast Units The synthetic fiber, either nylon multifilament fibers or polypropylene fibrillated fibers, shall meet the requirements of ASTM C 1116 , Section 4.1.3 3 and ICC ES AC 32, Sections 4.1.1 and 4.1.2. Synthetic fibers shall be added at a minimum dosage rate of 1.0 pound of Nylon Multifilament fibers per cubic yard of concrete or 1.5 pounds of Polypropylene Fibrillated fibers per cubic yard of concrete and shall be thoroughly mixed with the concrete before placement in the forms. The synthetic fibers shall be a minimum of 0.75 -inches and a maximum of 2 -inches in length. 9-05.50(10) Synthetic Structural Fibers for Precast Units Synthetic fibers shall be monofilament or monofilament/fibrillated blend made of polyolefin, polypropylene or polypropylene/polyethylene blend, meeting the requirements of ATSM C 1116, Section 4.1.3, and ICC ES Acceptance Criteria 32, Sections 4.1.3 and 4.1.2. Additionally the vendor or manufacturer shall furnish an Engineering Report which provides test data in accordance with ASTM C 1018 and/or ASTM C 1399 from an ICC qualified commercial laboratory relating to the specification requirements. The vendor or manufacturer shall provide a letter of certification stating compliance with specifications and/or standard codes. The fibers shall be a minimum of 2 inches in length, and have an aspect ratio (length divided by the equivalent diameter of the fiber) between 70 and 100 when the fibers are in their final phase. 48 / 144 The fibers shall have a minimum tensile strength of 50 ksi, and a minimum modulus of elasticity of 600 ksi, when tested in accordance with ASTM D 3822. Precast drainage units shall have a minimum dosage rate of 3.75 lbs/cu yd. or more in order to obtain an Average Residual Strength (ARS) of 175 PSI when tested in accordance with ASTM C1018 and/or ASTM C1399. Fiber supplier shall submit independent laboratory data to support ARS results. 49 / 144 CONTRACT PROVISIONS SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2008 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) (Regions' date) (BSP date) General Special Provision Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. Region Special Provision Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions' ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Project Specific Special Provisions normally appear only in the contract for which they were developed. 51 / 144 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) This contract provides for the repair of 3 different sanitary sewer lines in different locations within the City of Yakima. The work shall consist of approximately 1100 linear feet of sanitary sewer repair by method of cured in place pipe (CIPP), pipe bursting, and/or direct replacement as well as other related work all in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. 52/144 Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (March 25, 2009 APWA GSP) Bidders must meet the minimum qualifications of RCW 39.04.350(1), as amended: "Before award of a public works contract, a bidder must meet the following responsibility criteria to be considered a responsible bidder and qualified to be awarded a public works project. The bidder must: (a) At the time of bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; (b) Have a current state unified business identifier number; 53 / 144 (c) If applicable, have industrial insurance coverage for the bidder's employees working in Washington as required in Title 51 RCW; an employment security department number as required in Title 50 RCW; and a state excise tax registration number as required in Title 82 RCW; and (d) Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3)." 1-02.2 Plans and Specifications (October 5, 2005 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor Reduced plans (11" x 17") and Contract Provisions Large plans (e.g., 22" x 34") and Contract Provisions No. of Sets Basis of Distribution 5 Furnished only upon request N/A Not Available. Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. 54 / 144 A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. Preparation Of Proposal Section 1-02.6 is supplemented with the following: (******) Alternative Bids The bidding proposal on this project permits the bidder to submit a bid on one or more alternatives for the construction of the replacement 8" Sanitary Sewer Pipe in Sections B, C, and Ca. Bid Proposal The bid proposal is composed of the following parts: Base Bid and Options 1 or 2 in sections B and C, and options 1, 2, or 3 in Section Ca. The base bid includes all items that do not change as to quantity, dimension, or type of construction, regardless of which alternative is bid. The alternative Options of the bid proposal contain all items which change as to quantity, dimension, or construction method, depending on which option is bid. Option 1 Option #1 is based on constructing the 8" sanitary sewer pipe using Cured In Place Pipe (CIPP) method. The bid items for Option 1 are as listed in the bid proposal. Option 2 Option 2 is based on constructing the 8" sanitary sewer pipe using the pipe bursting method. The bid items for Option 2 are as listed in the bid proposal. Option 3 Option 3 is based on constructing the 8" sanitary sewer pipe using the "cut and cover" method. The bid items for Option 3 are as listed in the bid proposal. Bidding Procedures The bidder shall submit a price on each and every item of work included in the base bid. The bidder shall also submit prices on each and every item under the option on which the bidder chooses to bid, or, if the bidder chooses to bid on more than one option, the bidder shall submit prices for each and every item under each option chosen. The successful bidder will be determined by the lowest total of an option plus the base bid. Award will be based on the lowest total subject to the requirements of Section 1-03. 55 / 144 (August 2, 2004) The fifth and sixth paragraphs of Section 1-02.6 are deleted. 1-02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. (******) 1-02.12 Public Opening Of Proposal Section 1-02.12 is supplemented with the following: Date Of Opening Bids Sealed bids are to be received at the office of the City Clerk, City of Yakima, 129 North Second Street, Yakima, WA 98901 until 2:OOpm of the bid opening date. The bid opening date for this project is as listed in the invitation to bid. Bids received will be publicly opened and read after 2:00 P.M. on this date. 1-02.13 Irregular Proposals (March 25, 2009 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; 56 / 144 d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or j. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.2 Award of Contract This section is supplemented with the following: 57 / 144 Award of the contract will be to the lowest bidder of all sections combined. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within TEN (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of SEVEN (7) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency -furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice- president, unless accompanied by written proof of the authority of the individual signing the 58 / 144 bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-03.7 Judicial Review Revise the last sentence to read: Such review, if any, shall be timely filed in the Superior Court of Yakima County, Washington. 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1 Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-05 CONTROL OF WORK (******) 1-05.1 Authority of the Engineer Supplement this section with the following: Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. (August 2, 2004) 1-05.3 Plans And Working Drawings Section 1-05.3 is supplemented with the following: 59 / 144 When submittals require review by the railroad, the Engineer will require up to 60 calendar days from the date the submittals are received until they are returned to the Contractor. If a submittal is returned unapproved and then resubmitted, then an additional review time of up to 60 calendar days will be required. If more than 60 calendar days are required for the Engineer's review of any individual submittal or resubmittal, an extension of time will be considered in accordance with Section 1-08.8. 1-05.4 Conformity With and Deviations from Plans and Stakes Add the following: The Contractor shall be responsible for all project surveying. 1-05.5 Survey Monuments Add the following New Section: The Contractor will reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. All Washington State Laws regarding survey monuments are applicable and contactor shall familiarize themselves with WAC statutes. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of Toss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. 60 / 144 The rights exercised under the provisions of this section shall not diminish the ContractingAgency's 9 right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following: ' 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify ' the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is ' applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and ' physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial ' Completion Date and the Contractor considers the work physically complete and ready for final inspection. t1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the ' Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective 1 measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. ' If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take ' whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. 1 ' 61 / 144 Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (March 25, 2009 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.14, it will take these performance reports into account. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1-05.16 Water and Power Add the following new section: 62 / 144 (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1-06 CONTROL OF MATERIAL 1-06.2(1) Samples and Tests for Acceptance This section of the standard specifications is supplemented and added to the construction contract specifications and bid documents: The Contractor shall be responsible for scheduling and paying for all material testing required for this project. All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the required densities and results. Moisture density curves for each type of material encountered and copies of all test results shall be submitted to the Engineer as construction progresses for Trench Backfilling, Embankment Compaction, Subgrade Preparation, and Ballast and Crushed Surfacing. 'The sampling frequency is as follows: Trench Backfillinq Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. Compaction shall conform to Section 7-08.3(3) or 7-09.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. Roadway embankment compaction shall be as specified in Section 2-03.3(14). Subqrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2-06.3(2). Ballast and Crushed Surfacing Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. 63 / 144 Compaction of ballast and crushed surfacing shall be as specified in Section 4-04.3(5). Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. Compaction of asphalt concrete pavement shall be as specified in Section 5-04.3(10) B of these Special Provisions. Cement Concrete Curb, Gutter and Sidewalk One test shall be taken for every 500 cubic yards of concrete placed for curb, gutter or sidewalk. The concrete shall be tested for temperature, air content, slump and compressive strength. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Supplement this section with the following: (October 1, 2005 APWA GSP) In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 State Sales Tax Delete this section, including its sub -sections, in its entirety and replace it with the following: (October 1, 2005 APWA GSP) 1-07.2(1) General 64/144 The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.050). The Contractor must also obtain a certificate from the Department of Labor and Industries showing that they have paid their industrial insurance premiums. The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. Rule 170 shall apply to this contract. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.5 Environmental Regulations 1-07.5(4) Air Quality Supplement this section with the following: The local air pollution authority is the Yakima Regional Clean Air Authority @ 509-574-1410. 65 / 144 1 1-07.6 Permits And Licenses 1 Supplement this section with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, 1 obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. The Contractor shall have or obtain a valid City of Yakima Business License for the duration of this I project. 1-07.15 Temporary Water Pollution/Erosion Control I 1-07.15(1) Spill Prevention, Control and Countermeasures Plan t Section 1-07.15(1) is supplemented with the following: (August 3, 2009) I The Contractor shall address the following items in the SPCC Plan in addition to the requirements of Section 1-07.15(1): Mixing, Transfers, & Storage 1 1. All oil, fuel or chemical storage tanks or containers shall be diked and located on impervious surfaces so as to prevent spill from escaping. 2. All liquid products shall be stored and mixed on impervious surfaces in a secure I water tight environment and provide containment to handle the maximum volume of liquid products on site at any given time. 1 3. Proper security shall be maintained to prevent vandalism. 4. Drip pans or other protective devices shall be required for all transfer operations. 1 Spills t Paint and solvent spills shall be treated as oil spills and shall be prevented from reaching storm drains or other discharges. No cleaning solvents or chemicals used for tool or equipment cleaning may be discharged to the ground or water. Maintenance of Equipment Fuel hoses, oil drums, oil or fuel transfer valves and fittings, etc, shall be checked I regularly for drips or leaks and shall be maintained and stored properly to prevent spills into State waters. Disposal t Spilled waste, chemicals or petroleum products shall be transported off site for disposal at a facility approved by the Department of Ecology. The materials shall not be discharged to any sanitary sewer without approval of the local sewer authority. 1 Reporting and Cleanup The Contractor's designated person for managing and implementing the SPCC Plan shall I report hazardous material spills as follows: Spills into State water (including ponds, ditches, seasonally dry streams, and I wetlands) — Immediately call all of the following: 66/144 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 National Response Center 1-800-424-8802 WA State Div. of Emergency Management (24 hr) 1-800-258-5990 Ecology Central Regional Office 509-575-2490 Spill to Soil (Including encounters of pre-existing contamination): Ecology Central Regional Office 509-575-2490 Report immediately if threatening to health or environment (i.e., explosive, flammable, toxic vapors, shallow groundwater, nearby creek), otherwise within 90 days Underground Storage Tank (confirmed release of material) Ecology Central Regional Office 509-575-2490 Report within 24 hours Load Limits Section 1-07.7 is supplemented with the following: (March 13, 1995) Except for the load limit restrictions specified in Section 1-07.7(2), the Contractor may operate vehicles which exceed the legal gross weight limitations without special permits or payment of additional fees provided such vehicles are employed in the construction and within the limits of this project. Subparagraph 1 of the second paragraph of Section 1-07.7(1) is deleted. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies or their Contractors that will be adjusting, relocating, replacing or constructing utilities within the project limits are supplied for the Contractor's use: The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Qwest 8 S 2nd Avenue, Room 304 Yakima, Washington 98902 509-575-7183 Charter Cable 1005 North 16th Avenue Yakima, Washington 98902 509-575-1697 City of Yakima Water 2301 Fruitvale Blvd. Yakima, Washington 98902 509-575-6154 City of Yakima Wastewater 2220 East Viola Yakima, Washington 98901 509-575-6077 Cascade Natural Gas 701 South 1 st Avenue Yakima, WA 98902 509-457-5905 Pacific Power PO Box 1729 Yakima, Washington 98907 509-575-3146 67 / 144 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1-800-553-4344, at least 72 hours prior to start of excavation so that underground utilities may be marked. It shall be the contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (May 10, 2006 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or insurance pool coverage. F. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 30 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice 68/144 to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • and appointed officials. The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor. 1-07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. Replace this section with the following: 3. Any other amendatory endorsements to show the coverage required herein. Specifically the wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 30 days, to the City of Yakima. 4 Add the following text in the section entitled DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISIONS. City of Yakima, their agents, employees, and elected or appointed officials as additional insured for Project No. 2293 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of 69/144 such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1-07.18(5)B Automobile Liability Automobile Liability for owned, non -owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1-07.23 Public Convenience And Safety 1-07.23(1) Construction Under Traffic (October 1, 2005 APWA GSP) Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by 70 / 144 the Contractor when directed bythe Engineer, at the ContractingAgency's expense. The 9 Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits 1 when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 111 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing ' drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. 1-07.23(2) Construction and Maintenance of Detours (October 1, 2005 APWA GSP) Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters 1 (May 25, 2006 APWA GSP) 1-08.0(1) Preconstruction Conference 1 (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 71 / 144 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1-08.0(2) Hours of Work (May 25, 2006 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8 -hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. 1-08.1 Subcontracting Section 1-08.1 is supplemented with the following: (October 12, 1998) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A subcontractor or lower tier subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 72/144 1. Request to Sublet Work (Form 421-012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420-004). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all subcontractors and lower tier subcontractors shall be available and open to similar inspection or audit for the same time period. 1-08.3 Progress Schedule The first and second paragraphs are replaced with the following: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. This section is supplemented with the following: The Contractor shall submit a weekly activity schedule to the Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule.. Revise this section to read: 1-08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. 1-08.5 Time For Completion (March 13, 1995) Section 1-08.5 is supplemented with the following: This project shall be physically completed within 30 working days. 73 / 144 (June 28, 2007 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1-07.24 1-08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway,. sidewalk, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-09 MEASUREMENT AND PAYMENT 1-09.6 Force Account (October 10, 2008 APWA GSP) 74 / 144 Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9 Payments (October 10, 2008 APWA GSP) Revise the first paragraph to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. For items Bid as lump sum, with a bid price of more than or equal to $20,000, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction conference. Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Engineer's determination of the amount of Work performed, with consideration given to, but not exclusively based on, the Contractor's lump sum breakdown for that item. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate Tess: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. 75/144 Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1(2) Description (May 25, 2006 APWA GSP) Revise the third paragraph to read: The Contractor shall provide signs and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place.1-10.2 Traffic Control Management 1-10.2(1) General (December 1, 2008) Section 1-10.2(1) is supplemented with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers -Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 1-10.4 Measurement 1-10.4(1) Lump Sum Bid for Project (No Unit Items) Section 1-10.4(1) is supplemented with the following: (August 2, 2004) The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(1) shall apply. 76/144 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.2(1) Disposal Method No. 1 - Open Burning This section is deleted. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3 Construction Requirements Supplement this section with the following: Prior to removal, the Contractor shall use a vertical saw cut to delineate the areas of pavement removal from those areas that pavement is to remain. The materials to be removed under this section shall become the property of the Contractor. The Contractor shall haul the removed materials from the project. Damage caused to that portion of the pavement, that is to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. 2-02.4 Measurement Section 2-02.4 is supplemented with the following: Saw Cut, Per Inch Depth will be measured by the linear foot of depth. 2-02.5 Payment Section 2-02.5 is supplemented with the following: "Saw Cut, Per Inch Depth", per linear foot. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements 2-03.3(7) Disposal of Surplus Materials 2-03.3(7)A General Add the following: Excavated material shall be hauled to a waste site. A waste site has not been provided by the Contracting Agency for disposal of unsuitable material, asphalt, concrete, debris, waste material, or any other objectionable material which is directed to waste by the Engineer. The Contractor shall comply with the requests of the Contracting Agency for placement and compaction of excess excavated material back of new curb, as directed by the Engineer. Suitable materials from the excavations shall be used in the embankments. Unsuitable material or soft spots shall be removed from the roadway and replaced with suitable material and compacted as for embankments. Topsoil shall be saved to use for backfill adjacent to the new improvements. If additional topsoil is required, it shall be provided in accordance with SECTION 8-01 of these Special Provisions. 77 / 144 The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 173-304, Subchapter 461. 2-07 WATERING 2-07.1 Description Add the following: The Contractor shall be solely responsible for dust control on this project and shall protect motoring public, adjacent homes and businesses, orchards, crops, and school yards from damage due to dust, by whatever means necessary. The Contractor shall be responsible for any claims for damages and shall protect the Contracting Agency, Yakima County, and the Consultant from any and all such claims. When directed by the Engineer, the Contractor shall provide water for dust control within two hours of such order and have equipment and manpower available at all times including weekends and holidays to respond to orders for dust control measures. 2-07.3 Construction Requirements Supplement this section with the following: The Contractor shall secure permission from and comply with all requirements of the water utility before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the contractor shall make certain that the hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant us. Violation of these requirements will result in fines and will lay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 2-07.3 Measurement This section is revised to read: Water will be measured with the metered hydrant connection. 2-07.4 Payment This section is revised to read as follows: 78/144 Water will be furnished by the water utility without charge, but the Contractor shall convey the water from the nearest convenient hydrant or other source at his expense. 2-09 STRUCTURE EXCAVATION 2-09.3 Measurement The second paragraph, Horizontal Limits, is revised to read: The Horizontal Limits shall be as shown on the City of Yakima Standard Detail. The second sentence of the paragraph, Shoring or Extra Excavation, is revised to read: Shoring or Extra Excavation Class B will be measured by the linear foot. 2-09.4 Payment Revise the Item: "Shoring or Extra Excavation Class B", per square foot. To read: "Shoring or Extra Excavation Class B", per linear foot. Revise the two paragraphs immediately following the above item as follows: Replace "per square foot", wherever it appears, with "per linear foot". 79 / 144 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT 5-04.3 Construction Requirements 5-04.3(5)E Pavement Repair This section is supplemented with the following: In areas where work is to be done below existing asphalt concrete pavement, the asphalt shall be repaired as follows: Six inches of crushed surfacing base course shall be placed and compacted to within three inches of the finished grade. Then, the edges of the existing pavement shall be painted with a hot asphalt tack coat, and hot mix asphalt shall be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emultion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 5-04.3(7)A Mix Design (April 27, 2009 APWA GSP) Section is deleted and replaced with: (*****) 1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on DOT form 350-042 demonstrating the design meets the requirements of Sections 9-03.8(2) and 9-03.8(6). HMA accepted by nonstatistical evaluation requires a mix design verification. For HMA accepted by commercial evaluation only the first page of DOT form 350-042 and the percent of asphalt binder is required. In no case shall the paving begin before the determination of anti -strip requirements has been made. Anti -strip requirements will be determined by: a. Testing by WSDOT in accordance with TM 718. b. Testing by Contractor in accordance with WSDOT TM 718. c. Historical aggregate source ant -strip use provided by WDOT. The mix design will be the initial Job Mix Formula (JMF) for the HMA being produced. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 2. Mix Design Verification. Verification shall be accomplished by one of the following processes: a. Submit samples to WSDOT State Materials Lab for WSDOT verification testing in accordance with WSDOT Standard Specifications. b. The contracting agency will perform tests to verify the mix design in accordance with the Field Verification Testing Process. 80 / 144 c. Reference a mix design that has been previously verified by the Field Verification Testing Process or verified by WSDOT State Materials Lab on a previous project. d. Perform Field Verification Testing on a sample of HMA provided by the Contractor prior to paving. Mix design verification is valid for one year from the date of verification. At the discretion of the Engineer, agencies may accept mix designs verified beyond the verification year with certification from the Contractor that the materials and sources are the same as those shown on the original mix design. 3. Field Verification Testing Process. The Contracting agency will collect three Production Samples of HMA on the first day of paving per AASHTO T 168 sampling procedures. a. The Contracting agency will test one Production Sample in accordance with section 5-04.3(8)A for field verification per the requirements of Section 9-03.8(7). b. If the test results from the first Production Sample are within the tolerances of section 9-03.8(7), the mix design will be considered verified and the test results will be used as acceptance sample number one. c. If the test results from the first Production Sample are outside the tolerances of section 9-03.8(7), the other two samples will be tested and the results of all three tests will be used for acceptance in accordance with Section 5-04.5(1) and will be used in the calculation of the CPF the maximum CPF shall be 1.00. 4. Prior to the first day of paving, six Ignition Furnace Calibration Samples shall be obtained to calibrate the Ignition Furnaces used for acceptance testing of the HMA. Calibration samples shall be provided by the Contractor when directed by the Engineer. Calibration samples shall be prepared in accordance with WSDOT SOP 728. 5-04.3(8)A, Acceptance Sampling and Testing — HMA Mixture Items 1 & 2 are deleted and replaced with: 1. General. Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certification letter stating the material meets the HMA requirements defined in the contract. 5-04.3(8)A, Acceptance Sampling and Testing — HMA Mixture Item 4, is replaced with the following: 4. Definition of Sampling Lot and Sublot. For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF) placed. Only one lot per mix design will be expected to occur. The initial JMF is defined in Section 5-04.3(7)A Mix Design. The Contractor may request a change in the JMF in accordance with Section 9-03.8(7). If the request is approved, all of the material produced up to the time of 81 / 144 the change will be evaluated on the basis of tests on samples taken from that material and a new lot will begin. For proposal quantities less then 2500 tons sampling and testing for evaluation shall be performed as described in 5-04.3(7)A, item 3, Field Verification Testing Process. The verification sample referenced in item 3b may be used as an acceptance sample, additional testing will be at the discretion of the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. At least one acceptance sample is required when using this method of acceptance. For proposal quantities greater than 2500 tons sampling and testing for evaluation shall be performed as described in 5-04.3(7)A, item 3, Field Verification Testing Process, for the first 2500 tons of mix placed. The verification sample referenced in item 3b may be used as an acceptance sample for the first 2500 tons of mix placed. Additional testing will be at the rate of one sample per 800 tons of mix placed or as directed by the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. 5-04.3(8)A, Acceptance Sampling and Testing — HMA Mixture Item 7 is deleted. 5-04.3(13) Surface Smoothness This Section is supplemented with the following: When utility appurtenances such as manhole rings and covers and valve boxes are encountered of are to be located within the HMA pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new castings on all new and existing public utility structures and new monument cases for all monuments as shown on the plans. Utility casting shall not be adjusted until the paving is complete. After which, the center of each structure and each monument shall be relocated from the references previously established by the Contractor. The HMA shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus two feet. The new rim shall be placed on cement concrete or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 1-1/2 inches below the finished pavement surface. On the following day, the concrete, the edges of the HMA and the outer edge of the casting shall be painted with a hot asphalt tack coat. HMA Class 3/8 In. shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 82 / 144 5-04.5(1)A Price Adjustments for Quality of HMA Mixture The first paragraph is deleted and replaced with: (*****) Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1- 06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor "f" All aggregate passing: 1 %2", 1", 3/4", '/z", 3/8" and No. 4 sieves 2 All aggregate passing No. 8 15 All aggregate passing No. 200 sieve 20 Asphalt binder 52 Paragraph two, items 1-3 are deleted and replaced with: A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is Tess than 1.00, a Nonconforming Mix factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: (*****) The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied 83/144 by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 5-04.5 Payment Add the following pay item: "Pavement Repair", Per Sq. Yd. The unit contract price for "Pavement Repair" shall be full compensation for the complete repair of the paved roadway surface due to trenching, including furnishing all materials required, and all labor and equipment needed to place and compact the crushed surfacing base course and the HMA pavement. 84 / 144 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.2 Materials Add the following: Crushed Surfacing Top Course (for Trench Backfill) 9-03.9(3) Controlled Density Fill 2-09.3(1)E. 7-08.3(1)A Trenches Supplement paragraph 7 with the following: To further assist in locating water valves, fire hydrants and water meters in an emergency, and to protect the existing water mains during construction, the Contractor shall provide highly visible offset markings for all existing water valves, fire hydrants and water meters before beginning construction. Fire Hydrants shall not be blocked at any time. The Contractor shall avoid locating trench excavated material, or construction materials, such as pipe and gravel etc, and equipment over any of the water valves and water meters during construction. Delete paragraph 8. Supplement paragraph 10 with the following: Trench dewatering may be required for this project. The Contractor is advised that the existing water table has not been determined and may vary seasonally. The Contractor shall provide the Engineer with his proposed plan for dewatering the trench, and shall not begin work until the plan has been approved. The plan shall be in compliance with all Federal, State and Local regulations. All permits that may be required for dewatering shall be the responsibility of and be obtained by the Contractor and shall be noted in the plan. Dewatering shall be considered incidental to the work of this section. 7-08.3(1)C Bedding the Pipe Supplement paragraph 2 with the following: All pipe shall be bedded as shown on the Typical Trench Detail (sewer), City of Yakima Standard Details. 7-08.3(3) Backfilling Add the following paragraph: Where directed by the Engineer, mainline trenches or street -crossing trenches shall be backfilled for the full depth of the trenches with Crushed Surfacing Top Course (for Trench Backfill). Where the new sanitary sewer crosses beneath an existing water main with a clearance less than 18 -inches or when directed by the Engineer, the Contractor shall use Control Density Fill (CDF) per Section 2-09.3(1)E to backfill the trench between the pipe bedding zone and the existing water main. 7-08.4 Measurement Add the following: 85 / 144 Crushed Surfacing Top Course (for Trench Backfill) shall be measured by the Ton. 7-08.5 Payment Add the following bid items: "Crushed Surfacing Top Course (for Trench Backfill)", per ton. 7-17 SANITARY SEWERS 7-17.1 Description This section is supplemented with the following: This work shall consist of the necessary bypass of the existing sanitary sewer line and manholes for the rehabilitation and restoration of said sanitary sewer line and manholes. The Contractor shall provide all materials and equipment necessary to safely and adequately bypass individual sections of the sanitary sewer system to allow cleaning, preparation, installation, inspection and testing of proposed improvements. 7-17.3 Construction Requirements This section is supplemented with the following: The Contractor is responsible to provide a bypass schedule for approval by the Engineer 48 hours, excluding weekends, prior to scheduling work in a particular section. The Contractor shall prepare a bypass plan showing the proposed location, method, material, capacity, scheduling and traffic control for bypass to be included in the Contractor bid package. 7-17.4 Measurement This section is supplemented with the following: No specific unit of measurement will apply for the lump sum item of sanitary sewer bypass. 7-17.5 Payment This section is supplemented with the following: Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal. "Sanitary Sewer Bypass", Lump sum The lump sum contract price for "Sanitary Sewer bypass" shall be full pay for performing all work as specified and approved by the Engineer. 7-20 CURED IN PLACE PIPE (CIPP) (New Section) 7-20.1 Description This work shall consist of the rehabilitation of existing sewer lines by the installation of a resin - impregnated flexible tube. When cured, the finished pipe will be continuous and formed to the original conduit and provide a minimum of 110% of full flow capacity in accordance with the standard plans& these specifications. 86 / 144 7-20.2 Materials Materials shall meet the requirements of ASTM F1216 and ASTM F1743, which are made a part hereof by such reference and shall be the latest edition and revision thereof. ASTM F1216 and ASTM F1743 shall govern when this specification does not address installation methods and materials. If there is a conflict between ASTM F1216 ASTM F1743 and this specification, this specification will govern. Tube - The material shall meet the requirements of ASTM F1216, Section 5.1 The tube shall be fabricated to a size that when installed will form to the internal circumference and length of the original pipe. Allowance should be made for circumferential stretching during inversion. The outside layer of the tube (before inversion) shall be plastic coated with a transparent flexible material that is compatible with the resin system used. The plastic coating shall not be subject to delamination after cure. The tube shall contain no intermediate or encapsulated elastomeric layers. No materials shall be included in the tube that are subject to delamination in the cured tube. ' Resin - The resin system shall meet the requirements of ASTM F1216, Section 5.2. ' The technology will have the capability to both change wall thickness for variations in design considerations and conform to the irregular circumferences within the designated sewers. I7-20.3 Construction Requirements 7-20.3(1) Structural Requirements ' The CIPP shall be designed as per ASTM F1216, Appendix X1, with the following additional requirements. The CIPP design shall assume no bonding to the original pipe wall. ' External Hydrostatic Design - Acceptable third party testing and verification of the enhancement factor, K, (equation 1 -ASTM F1216) shall be submitted prior to award. ' External Buckling Design - Acceptable third party testing and verification of design analysis techniques (ASTM F1216, Section X1.2.2) shall be submitted prior to award. This testing requirement can be accomplished with soil box testing. ' The bond between tube layers shall be strong and uniform. All layers, after cure, must form one homogeneous structural pipe wall with no part of the tube left unsaturated by resin. 1 7-20.3(2) Test Requirements Chemical Resistance - The CIPP shall meet the chemical resistance requirements of ASTM F1216, tAppendix X2. Long -Term Reduction in Physical Properties - Long-term creep data in accordance with ASTM ' D2990 shall be submitted prior to award. Duration of creep testing shall be a minimum of 10,000 hours. ' 87 / 144 Hydraulic Capacity - Calculations must support that the finished resin -impregnated flexible tube shall have at least 110% of the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using a commonly accepted roughness coefficient for the original pipe material. A typical roughness coefficient for the CIPP technology utilized shall be as verified by third party test data. Field Samples - To verify past performance, the manufacturer shall submit a minimum of 15 test results from previous field installations of the same resin system and tube materials as proposed for the actual installation. These test results must verify that the physical properties specified in section 4.2 of this specification have been achieved in previous field applications. 7-20.3(3) Installation CIPP installation shall be in accordance with ASTM F1216 and ASTM F1743, with the following additional requirements: Resin Impregnation - The quantity of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. A vacuum impregnation process shall be used. A roller system shall be used to uniformly distribute the resin throughout the tube. Service Reconnections - After the new pipe has been cured in place, the contractor shall reconnect the existing active service connections as designated by the owner. This shall generally be done without excavation, and in the case of non -man entry pipes, from the interior of the pipeline by means of a television camera and a cutting device that re-establishes the service connection. 7-20.3(4) Inspection Leakage testing of the resin -impregnated flexible tube shall be accomplished during cure while under a positive head. Visual inspection of the finished resin -impregnated flexible tube shall be in accordance with ASTM F1216, section 8.4. 7-20.3(5) Warranty The contractor shall make all necessary repairs and replacements to remedy, in a manner satisfactory to the engineer and at no cost to owner, any and all defects, breaks, or failures of the work occurring with one (1) year following the date of acceptance of the work due to: Faulty or inadequate materials or workmanship, and for damage or disturbances to other improvements under, within, or adjacent to the work, whether or not caused by settling, washing, or slipping, when such damage or disturbance is caused, in whole or in part, from activities of the contractor in performing his duties and obligations under this contract. When such defects or damage occur, within the time period described herein before, in any part of the surface or subsurface work done under the contract, or in any adjacent surface or subsurface improvements not included in the work under the contract, the contractor shall repair the same and the one-year warranty period required shall, with relation to such required repair, be extended one year from the date of completion of such repair. 7-20.3(6) Contractor Pre -Qualification The Contractor shall have successfully completed 5 Cured in Place Pipe projects and will provide the City Engineer the contact information of those contracting agencies. 88/144 1 7-20.4 Measurement The Length of Cured In Place Pipe (CIPP) will be the number of linear foot of CIPP completed and 1 tested and will be measured along the existing pipe through inlets and manholes. Service reconnection will be measured per each for each side service reconnection. 1 7-20.5 Payment ' Payment will be made in accordance with section 1-04.1, for each of the following bid items that are included in the proposal: ' "8 in. CIPP." per linear foot. Payment for cleaning and preparation for CIPP installation shall be incidental to the work of tinstalling the CIPP. Payment for sanitary sewer bypass of the existing pipe during cleaning, preparation, installation, ' inspection and testing of said CIPP shall be per section 7-17.5. Service Reconnection, per each 7-21 PIPE BURSTING (New Section) 7-21.1 Description This work consists of installing pipe by using a process by which a bursting unit splits and/or fractures the existing pipe while simultaneously installing a new high density polyethylene pipe (HDPE) of the same or larger diameter into the annulus created by the forward movement of the bursting tool. 7-21.2 Materials High Density Polyethylene Pipe (HDPE) shall be extra high molecular weight, high density ethylene/hexane copolymer, PE 3408 polyethylene resin. The Standard Dimension Ratio (SDR) shall be SDR 11 for all pipe sizes. Pipe material shall be provided such that the pipe cross-section is uniformly round. No out -of -round pipe shall be allowed on the project. The manufacturer's certification shall state that the pipe was manufactured from one specific resin in compliance with these specifications. The certificate shall state the specific resin used, its source, and list its compliance with these specifications. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specifications from the same raw material. The pipe shall be homogeneous throughout and free of visible cracks, holes, voids, foreign inclusions, or other deleterious defects, and shall be identical in color, density, melt index, and other physical properties throughout. During extrusion production, the HDPE pipe shall be continuously marked with durable printing including (but not limited to) nominal size, dimension ratio, pressure rating, type (trade name), material classification, certification base and date. 1 Polyethylene fittings shall comply with all appropriate requirements of AWWA C901, AWWA C906, or CSA B137.1. Socket type fittings shall comply with ASTM D2683. Butt fusion fittings shall 1 89/144 comply with ASTM D3261. Electrofusion fittings shall comply with ASTM F1055. Fabricated fittings shall be designed and manufactured to be as strong as or stronger than the pipe to which the fittings will be joined. Mechanical fittings shall be approved only after submission of appropriate test data and service histories indicating their acceptability of the intended service. In all cases, the specifications and requirements for the fittings supplied shall comply with the appropriate sections of AWWA C901, AWWA C906, or CSA B137.1. Pipe stiffeners shall be used in conjunction with mechanical restrained fittings. Pipe stiffeners shall be designed to t support the interior wall of the HDPE and maintain pipe round. The stiffeners shall support the pipe's end and control the "necking down" reaction to the pressure applied during normal installation. The pipe stiffeners shall be formed for 304 or 316 stainless steel to the HDPE manufacturer's published average inside diameter of the specific size and DR of the HDPE. The manufacturer shall package the pipe in a manner designed to deliver the pipe to the project neatly, intact, and without physical damage. The transportation carrier shall use appropriate methods and intermittent checks to ensure the pipe is properly supported, stacked and restrained during transport such that the pipe is not nicked, gouged or physically damaged. The pipe shall be stored on clean, level ground to prevent undue scratching or gouging of the pipe. If the pipe must be stacked for storage, such stacking shall be done in accordance with the pipe manufacturer's recommendations. The handling of pipe shall be done in such a manner that it is not damaged by dragging over sharp objects or cut by chokers of lifting equipment. Sections of pipe having been discovered with cuts or gouges in excess of 10% of the wall thickness of the pipe shall be cut out and removed or the section of pipe rejected. 7-21.3 Construction Requirements 7-21.3(1) Installing HDPE Pipe The pipe bursting tool shall be designed and manufactured to force its way through existing pipe materials by fragmenting the pipe and compressing the old pipe sections into the surrounding soil as it progresses. The bursting unit shall generate sufficient force to burst and compact the existing pipeline. See manufacturer's specifications for what size tool should be used in what diameter of pipe, as well as parameters of what size tool for percentage of upsize allowed. The pipe bursting tool shall be pulled through the sewer by a winch or rod located at the upstream manhole. The bursting unit shall pull the HDPE pipe with it as it moves forward. The bursting head shall incorporate a shield/expander to prevent collapse of the hole ahead of the new pipe insertion. The pipe bursting unit shall be remotely controlled. Replacement pipe that is sectional shall be pushed as well as pulled behind the bursting head. The bursting action of the tool shall increase the external dimensions sufficiently, causing breakage of the existing pipe at the same time expanding the surrounding ground sufficiently to pull or pull/push in the new pipe. Upon commencement of the bursting process, pipe insertion shall be continuous and without interruption from one entry point to another, except as approved by the Engineer. 7-21.3(1)A Joining HDPE Pipe Section of HDPE pipe shall be joined into continuous lengths on the job site, above ground. The joining method shall be butt fusion and shall be performed in strict conformance with the pipe manufacturer's recommendations and ASTM -F-585. The butt fusion equipment used in the joining process shall be capable of meeting all conditions recommended by the pipe manufacturer, including, but not limited to, temperature requirements of 400° F and interface fusion pressure of 75 psi. Socket fusion, hot gas fusion, threading or solvent -cement joints and epoxies are not permitted. 90 / 144 The Contractor shall be responsible to verify the fusion equipment is in good working order and the operator has been trained and certified within the past twelve months. Copies of certifications shall be provided to the Engineer prior to construction. The fusion equipment shall be equipped with a Datalogger for recording heater temperature and fusion pressure. The Contractor shall maintain a log of all fusion activity on the project. At a minimum, the fusion log shall indicate the following parameters: name of technician, plan location, time, ambient temperature, fusion temperature, fusion pressure, fusion duration and cool -down time. All fused joints shall be watertight and shall have a tensile strength equal to that of the pipe. All joints are subject of acceptance by the Owner prior to insertion. All defective joints shall be cut out and replaced at no additional cost to the City. The Contractor shall remove all HDPE trimmings or other miscellaneous material from the inside of the pipe being butt fused prior to installation. All pipe, both new and existing, shall be adequately covered at the end of each working day to prevent entry by animals (i.e. rodents, cats, etc.). If pipe is left open and unattended by the Contractor, he shall be responsible for verifying no animals have entered the pipe and provide suitable evidence to the Engineer. The Contractor shall not continue work until such evidence is provided and accepted by the Engineer. 7-21.3(1)B Insertion or Access Pits The Contractor shall construct insertion or access pits at locations which maximize pulling distances and directions, and which minimize disruption to traffic and impacts to adjacent properties. The final number and location of insertion or access pits shall be proposed by the Contractor and approved by the Engineer prior to excavation. The length of the access pit shall be a minimum of 12 times the diameter of the pipe plus the sloping ends of the pit. The ends of the pit shall be sloped at a minimum of 2.5 to 1 from the ground surface to the top of the existing sanitary sewer main. The sides of the pit shall be properly braced per local, state and federal regulations. The width of the access pit shall be a minimum of the outside diameter of the existing sanitary sewer main plus 12 inches, but shall not exceed 3 feet in width. The access pit shall allow insertion of continuous pipe length without bending to a smaller radius of curvature than permissible by the manufacturer. The top of the existing sanitary sewer main shall be exposed to the spring line and the crown of the pipe shall be removed for the full length of the insertion pit. The Contractor shall restore all lateral, launching pits and associated surface areas to their original condition or as required by the Contracting Agency. Prior to backfilling lateral and launching pits, the Contractor shall ensure that the new pipe is properly supported and on the required grade. Pipe bedding shall be used immediately under the new pipe as support in order to avoid sagging after backfill and compaction. 7-21.3(1)C Service Connections The Contractor shall locate all and expose all sewer service connections prior to pipe insertion to expedite reconnection. The Contractor shall exercise due diligence in excavating the existing pipe sufficiently to allow for uniform circumferential expansion of the existing pipe through the service connection pit. The Contractor shall allow a sufficient pipe relaxation period, as recommended by the pipe manufacturer, but not less than 4 hours, following the insertion of the HDPE pipe prior to reconnection of service lines. 91/144 Service connections shall be reconnected to the pipe by using connectors approved by the pipe manufacturer and in conformance with the specified installation procedure. Service connections shall be wrap type around saddle connections (e.g. FERNCO or equivalent), cast iron with gasket, T connection (e.g. Inserta-T or equivalent) or Electro Fusion (e.g. Central Plastics, Phillips Driscopipe, Plexco or equivalent). Connections to the existing service pipe shall be made using flexible couplings. All flexible couplings shall conform to ASTM C425. Joint deflection limits and lateral connections shall meet the maximums indicated in ASTM C12 and C425. The slope of the existing lateral toward the newly installed sewer main shall be maintained at the existing slope. 7-21.3(1)D Field Testing After the sewer main is completely replaced, the Contractor shall perform an internal video inspection. The finished video shall be continuous over the entire length of the sewer between two manholes or as specified by the Contracting Agency. The newly installed pipe shall be visibly free of defects, which may affect the integrity or strength of the pipe. If in the opinion of the Engineer such defects exist the pipe shall be repaired or replaced at the Contractor's expense. Any section of the pipe with a gash, blister, abrasion, nick, scar or other deleterious fault greater in depth than ten percent of the wall thickness shall not be used and must be removed for the site. 7-21.3(2) Contractor Pre -Qualifications The contractor shall have successfully completed 5 pipe bursting projects and will provide the City Engineer the contact information of those contracting agencies. 7-21.4 Measurement The measurement for pipe bursting _ inch diameter will be measured by the linear foot of completed installation measured along the invert. The number of linear feet will be measured from the center of manhole to center of manhole. Service reconnection will be measured per each for each side service reconnection. 7-21.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item: "Pipe Bursting In. Diam.", per linear foot. The unit contract price per linear foot for pipe bursting _ inch diameter shall be full pay for all labor, equipment and material necessary for furnishing, hauling, and assembling in place the completed installation, including the excavation, shoring, saw cutting, and surface rehabilitation of the insertion or access pits, which could include compaction, crushed surfacing, pavement, cement concrete sidewalk, extruded curb, etc. "Service Reconnection," per each. The unit contract price per each for service reconnection shall be paid per each and shall be full pay for all labor, equipment and material necessary for completing the connection, including the excavation, shoring, saw cutting, and surface rehabilitation of the insertion or access pits, which could include compaction, crushed surfacing, pavement, cement concrete sidewalk, extruded curb, etc. 92 / 144 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-30 REPAIR OR REPLACEMENT (New Section) 8-30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 8-30.5 Payment Payment will be made for the following bid items: "Repair or Replacement", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 93 / 144 DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.8 Aggregates for Hot Mix Asphalt 9-03.8(3)C Gradation -- Recycled Asphalt Pavement and Mineral Aggregate Revise the second paragraph as follows: Delete the reference to Section 9-03.8(6)A 9-03.8(6)A Basis of Acceptance Delete this section. 9-03.8(7) HMA Tolerances and Adjustments (May 25, 2006 APWA GSP) Item 1 is deleted and replaced with: (****) 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1", 3/4", %2" and 3/8" sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% ±8% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99-100. The tolerance limits on sieves shall only apply to sieves with control points. 94 / 144 STANDARD PLANS IAugust 4, 2008 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 08-049, effective August 4, 2008 is made a part of I this contract. The Standard Plans are revised as follows: IAH Standard Plans AH references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot I Mix Asphalt". All references in the Standard Plans to the abbreviation "ACP" shall be revised to read "HMA". IB-10.20 and B10.40 Substitute "step" in lieu of "handhold" on plan IC-1 Sheet 1 In the TYPE 1 ALTERNATIVE, the title of the first section view is revised to INITIAL INSTALLATION I C -la In the TYPE 11, WOOD POST ASSEMBLY, the 18" long Button Head Bolts are revised to 25" long. I C -1b In the ANCHOR POST ASSEMBLY, the above ground 7 1/2" long bolt connecting the Wood Breakaway Post to the Foundation Tube is revised to 10" long. 1 C -2q DELETED 1 C -2s Delete reference to Cross -Section A. IC-3, C -3B, C -3C Note 1 is revised as follows: replace reference F -2b with F-10.42 I C -3d DELETED I CC=5 In the A CONNECTION, "Type 3 transition pay limit" is revised to "transition pay limit". I C8 END VIEW A, shows two dimensions at the connecting pin counterbore opening at the top of the view, 1 1/2" R. and below another dimension of 1 '/2" R., the bottom dimension should be 7/8" R. 1 C -8b (Sheet 1 of 2) Revise SECTION A note as follows: STEEL LIGHT STANDARD -- SEE STD. PLAN J-28.60 1 (Sheet 2 of 2) Revise POLE BASE PLATE note as follows: replace J-1 d with J-28.60 1 C-10 (sheet 2 of 2) COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3" 1 95/144 C-11 DELETED C-11 a DELETED C-11 b DELETED C-12 Note 1 is revised to read: Approved inertial barrier systems (sand barrel arrays) are listed in the Qualified Products List and shall be installed in accordance with the manufacturer's recommendations. Products not listed on the Qualified Products List are considered when submitted with a Request of Approval of Materials (RAM) form. C -14h Revise SECTION B note as follows: STEEL LIGHT STANDARD -- SEE STD. PLAN J-28.60 C -14i Section C callout: "Sign Bridge End Post (See Std. Plan G-2)"revised to read: "Sign Bridge End Post (See Std. Plan G-70.10)" C -14k Elevation callout: "Cantilever Sign Structure (See Std. Plan G-2)"revised to read: "Sign Bridge End Post (See Std. Plan G-70.10)" D -la through D -1f Deleted. F-40.12 through F-40.18 The following note is added to these five plans: Note 7. To the maximum extent feasible, the ramp cross slope shall not exceed 2%. J-11 c Delete all references to Type 7 Junction Box. J-12, Sheet 1 of 2, Detail View A (STD. PLAN G -4a) is revised to read: (Std. Plan G-22.10) Sheet 2 of 2, Detail View D (STD. PLAN G -8a) is revised to read: (Std. Plan G-25.10) K-80.30-00 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K-80.35 M-1.60 COLLECTOR DISTRIBUTOR ROAD OFF- CONNECTION, taper dimensions of 225' MIN. is changed to 300' MIN. 96 / 144 The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00 8/07/07 A-30.15-00 11/08/07 A-40.50-00 11/08/07 A-10.20-00 10/05/07 A-30.30-00 11/08/07 A-60.10-00 10/05/07 A-10.30-00 10/05/07 A-30.35-00 10/12/07 A-60.20-00 10/05/07 A-20.10-00 8/31/07 A-40.10-00 10/05/07 A-60.30-00 11/08/07 A-30.10-00 11/08/07 A-40.20-00 9/20/07 A-60.40-00 8/31/07 B-5.20-00 6/01/06 B-30.50-00 6/01/06 B-75.20-01 6/10/08 B-5.40-00 6/01/06 B-30.70-01 8/31/07 B-75.50-01 6/10/08 B-5.60-00 6/01/06 B-30.80-00 6/08/06 B-75.60-00 6/08/06 B-10.20-00 6/01/06 B-30.90-01 9/20/07 B-80.20-00 6/08/06 B-10.40-00 6/01/06 B-35.20-00 6/08/06 B-80.40-00 6/01/06 B-10.60-00 6/08/06 B-35.40-00 6/08/06 B-82.20-00 6/01/06 B-15.20-00 6/01/06 B-40.20-00 6/01/06 B-85.10-01 6/10/08 B-15.40-00 6/01/06 B-40.40-00 6/01/06 B-85.20-00 6/01/06 B-15.60-00 6/01/06 B-45.20-00 6/01/06 B-85.30-00 6/01/06 B-20.20-01 11/21/06 B-45.40-00 6/01/06 B-85.40-00 6/08/06 B-20.40-02 6/10/08 B-50.20-00 6/01/06 B-85.50-01 6/10/08 B-20.60-02 6/10/08 B-55.20-00 6/01/06 B-90.10-00 6/08/06 B-25.20-00 6/08/06 B-60.20-00 6/08/06 B-90.20-00 6/08/06 B-25.60-00 6/01/06 B-60.40-00 6/01/06 B-90.30-00 6/08/06 B-30.10-00 6/08/06 B-65.20-00 6/01/06 B-90.40-00 6/08/06 B-30.20-01 11/21/06 B-65.40-00 6/01/06 B-90.50-00 6/08/06 B-30.30-00 6/01/06 B-70.20-00 6/01/06 B-95.20-00 6/08/06 B-30.40-00 6/01/06 B-70.60-00 6/01/06 B-95.40-00 6/08/06 0-1 2/06/07 C -3b 10/04/05 0-13c 7/3/08 C -la 7/31/98 C -3c 6/21/06 C -14a 7/3/08 C -lb 10/31/03 C-4 2/21/07 C -14b 7/26/02 C -lc 5/30/97 C -4a 2/21/07 C -14c 7/26/02 C -1d 10/31/03 C -4b 6/08/06 C -14d 7/3/08 C-2 1/06/00 C -4e 2/20/03 C -14e 7/3/08 C -2a 6/21/06 C -4f 6/30/04 C -14h 1/11/06 C -2b 6/21/06 0-5 10/31/03 C -14i 12/02/03 C -2c 6/21/06 0-6 5/30/97 C -14j 12/02/03 C -2d 6/21/06 C -6a 3/14/97 C -14k 1/11/06 C -2e 6/21/06 C -6c 1/06/00 C -15a 7/3/08 C -2f 3/14/97 C -6d 5/30/97 C -15b 7/3/08 C -2g 7/27/01 C -6f 7/25/97 C -16a 11/08/05 C -2h 3/28/97 0-7 10/31/03 C -16b 11/08/05 C -2i 3/28/97 C -7a 10/31/03 0-20.14-00 2/06/07 C -2j 6/12/98 0-8 4/27/04 0-20.40-00 2/06/07 C -2k 7/27/01 C -8a 7/25/97 C-22.40-01....10/05/07 C -2n 7/27/01 C -8b 1/11/06 0-23.60-00 2/06/07 C -2o 7/13/01 C -8e 2/21/07 0-25.18-01 9/20/07 C -2p 10/31/03 C -8f 6/30/04 0-25.20-02 7/3/08 C -2r 3/03/05 0-10 7/31/98 0-25.22-01....10/05/07 C -2s 3/03/05 0-12 7/27/01 0-25.80-01 7/3/08 C -2t 3/03/05 0-13 7/3/08 0-28.40-00 2/06/07 C-3 10/04/05 C -13a 7/3/08 0-90.10-00 7/3/08 C -3a 10/04/05 C -13b 7/3/08 97 / 144 D-2.02-00 11/10/05 D-2.44-00 11/10/05 D -3b 6/30/04 D-2.04-00 11/10/05 D-2.46-00 11/10/05 D -3c 6/30/04 D-2.06-00 11/10/05 D-2.48-00 11/10/05 D-4 12/11/98 D-2.08-00 11/10/05 D-2.60-00 11/10/05 D-6 6/19/98 D-2.10-00 11/10/05 D-2.62-00 11/10/05 D-10.10-00 7/8/08 0-2.12-00 11/10/05 D-2.64-00 11/10/05 D-10.15-00 7/8/08 D-2.14-00 11/10/05 D-2.66-00 11/10/05 0-10.20-00 7/8/08 0-2.16-00 11/10/05 D-2.68-00 11/10/05 D-10.25-00 7/8/08 0-2.18-00 11/10/05 D-2.78-00 11/10/05 D-10.30-00 7/8/08 D-2.20-00 11/10/05 0-2.80-00 11/10/05 D-10.35-00 7/8/08 D-2.30-00 11/10/05 0-2.82-00 11/10/05 0-10.40-00 7/8/08 D-2.32-00 11/10/05 0-2.84-00 11/10/05 0-10.45-00 7/8/08 D-2.34-00 11/10/05 D-2.86-00 11/10/05 0-15.10-00 7/8/08 0-2.36-01 11/08/07 0-2.88-00 11/10/05 D-15.20-00 7/8/08 0-2.38-00 11/10/05 0-2.92-00 11/10/05 0-15.30-00 7/8/08 0-2.40-00 11/10/05 0-3 7/13/05 0-2.42-00 11/10/05 D -3a 6/30/04 E-1 2/21/07 E-4 8/27/03 E-2 5/29/98 E -4a 8/27/03 F-10.12-00 12/20/06 F-30.10-00 1/23/07 F-40.18-00 2/07/07 F-10.16-00 12/20/06 F-40.10-01 10/05/07 F-40.16-00 2/07/07 F-10.40-01 7/3/08 F-40.12-00 2/07/07 F-40.20-00 10/05/07 F-10.42-00 1/23/07 F-40.14-00 2/07/07 F-42.10-00 10/05/07 F-10.62-01 9/05/07 F-40.15-00 2/07/07 F-80.10-00 1/23/07 F-10.64-02 7/3/08 F-40.16-00 2/07/07 G -9a 6/25/02 G-24.50-00 11/08/07 G-70.10-00 10/5/07 G-10.10-00 9/20/07 G-24.60-00 11/08/07 G-70.20-00 10/5/07 G-20.10-00 9/20/07 G-25.10-00 11/08/07 G-70.30-00 10/5/07 G-22.10-01 7/3/08 G-30.10-00 11/08/07 G-95.10-00 11/08/07 G-24.10-00 11/08/07 G-50.10-00 11/08/07 G-95.20-01 7/10/08 G-24.20-00 11/08/07 G-60.10-00 8/31/07 G-95.30-01 7/10/08 G-24.30-00 11/08/07 G-60.20-00 8/31/07 G-24.40-00 11/08/07 G-60.30-00 8/31/07 H-10.10-00 7/3/08 H-32.10-00 9/20/07 H-70.10-00 9/05/07 H-10.15-00 7/3/08 H-60.10-01 7/3/08 H-70.20-00 9/05/07 H-30.10-00 10/12/07 H-60.20-01 7/3/08 H-70.30-00 9/05/07 1-10.10-00 8/31/07 1-30.50-00 11/14/07 1-60.10-00 8/31/07 1-30.10-00 9/20/07 1-40.10-00 9/20/07 1-60.20-00 8/31/07 1-30.20-00 9/20/07 1-40.20-00 9/20/07 1-80.10-00 8/31/07 1-30.30-00 9/20/07 1-50.10-00 9/20/07 1-30.40-00 10/12/07 1-50.20-00 8/31/07 J -1f 6/23/00 J -8b 5/20/04 J-18 9/02/05 J-3 8/01/97 J -8c 5/20/04 J-19 9/02/05 J -3b 3/04/05 J -8d 5/20/04 J-20 9/02/05 J -3c 6/24/02 J -9a 4/24/98 J-28.10-00 8/07/07 J -3d 11/05/03 J-10 7/18/97 J-28.22-00 8/07/07 J-5 8/01/97 J -11a 10/12/07 J-28.24-00 8/07/07 J -6c 4/24/98 J-11 b 9/02/05 J-28.26-00 8/07/07 J -6f 4/24/98 J-11 c 6/21/06 J-28.30-00 8/07/07 98 / 144 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 J -6g 12/12/02 J-12 11/08/05 J-28.40-00 8/07/07 J -6h 4/24/98 J -15a 10/04/05 J-28.42-00 8/07/07 J -7a 9/12/01 J -15b 10/04/05 J-28.45-00 8/07/07 J -7c 6/19/98 J -16a 3/04/05 J-28.50-00 8/07/07 J -7d 4/24/98 J -16b 9/20/07 J-28.60-00 8/07/07 J -8a 5/20/04 J -16c 9/20/07 J-28.70-00 11/08/07 K-10.20-01 10/12/07 K-26.40-01 10/12/07 K-40.60-00 2/15/07 K-10.40-00 2/15/07 K-30.20-00 2/15/07 K-40.80-00 2/15/07 K-20.20-01 10/12/07 K-30.40-01 10/12/07 K-55.20-00 2/15/07 K-20.40-00 2/15/07 K-32.20-00 2/15/07 K-60.20-02 7/3/08 K-20.60-00 2/15/07 K-32.40-00 2/15/07 K-60.40-00 2/15/07 K-22.20-01 10/12/07 K-32.60-00 2/15/07 K-70.20-00 2/15/07 K-24.20-00 2/15/07 K-32.80-00 2/15/07 K-80.10-00 2/21/07 K-24.40-01 10/12/07 K-34.20-00 2/15/07 K-80.20-00 12/20/06 K-24.60-00 2/15/07 K-36.20-00 2/15/07 K-80.30-00 2/21/07 K-24.80-01 10/12/07 K-40.20-00 2/15/07 K-80.35-00 2/21/07 K-26.20-00 2/15/07 K-40.40-00 2/15/07 K-80.37-00 2/21/07 L-10.10-00 2/21/07 L-40.10-00 2/21/07 L-70.10-01 5/21/08 L-20.10-00 2/07/07 L-40.15-00 2/21/07 L-70.20-01 5/21/08 L-30.10-00 2/07/07 L-40.20-00 2/21/07 M-1.20-01 1/30/07 M-7.50-01 1/30/07 M-40.10-00 9/20/07 M-1.40-01 1/30/07 M-9.50-01 1/30/07 M-40.20-00....10/12/07 M-1.60-01 1/30/07 M-11.10-01 1/30/07 M-40.30-00 9/20/07 M-1.80-02 8/31/07 M-15.10-01 2/06/07 M-40.40-00 9/20/07 M-2.20-01 1/30/07 M-17.10-02 7/3/08 M-40.50-00 9/20/07 M-2.40-01 1/30/07 M-20.10-01 1/30/07 M-40.60-00 9/20/07 M-2.60-01 1/30/07 M-20.20-01 1/30/07 M-60.10-00 9/05/07 M-3.10-01 1/30/07 M-20.30-01 1/30/07 M-60.20-00 9/05/07 M-3.20-01 1/30/07 M-20.40-01 1/30/07 M-65.10-01 5/21/08 M-3.30-01 1/30/07 M-20.50-01 1/30/07 M-80.10-00 6/10/08 M-3.40-01 1/30/07 M-24.20-01 5/31/06 M-80.20-00 6/10/08 M-3.50-01 1/30/07 M-24.40-01 5/31/06 M-80.30-00 6/10/08 M-5.10-01 1/30/07 M-24.60-02 2/06/07 99/144 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 2009, by and between the City of Yakima, hereinafter called the Owner, and Leinganq Excavation, Inc. a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $ 106,014.25, for Sanitary Sewer System Repair, City No. 2293, all in accordance with, and as described in the attached plans and specifications and the 2008 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Thirty (30) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorneys fees and court costs, arising out of, relating to, or resulting from The Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA thi���`�day Manager 1 CONTRACTOR "1<2 h 1� Q l VAR y q EtC . , a \N) 0..J Corporation ont r By: 'DA r 1.14:%r\o (Print Name) Its: ""P (President, Owner, etc.) /� Address: l i n,V !d . ���� AV'e.+ oviKt mo, lADc).• KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, a Washington PERFORMANCE BOND BOND TO CITY OF YAKIMA Ken Leinganq Excavating, Inc. Bond No. 6673380 First National Insurance Corporation as Principal and Company of America a corporation organized and existing under the laws of the State of Washington as a surely corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surely, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum as 10 6 , 014.25* for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. *One Hundred Six Thousand Fourteen and 25/100 Dollars This obligation is entered Into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this day of , 20 . Never -the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on , 20., the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the sald Ken Leinganq Excavating, Inc. the above bounded Principal, a certain contract, the said contract being numbered 2293 and providing for 2009 Sanitary Sewer System Repair (which contract is referred to herein and is made a part hereof as though attached hereto), and, WHEREAS, the said Principal has accepted, or Is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said Ken Leingang Excavating, Inc. shall faithfully perform all of the provisions of said contract In the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub -contractors and material men, and all persons who shall supply said principal or sub -contractors wllh provisions and supplies far the carrying on of said work, and shall hold said CITY OF YAKIMA, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub -contractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, Its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Kenanq Excavatinq, Inc. (Con By; its: By: 411.4_ chrc R.n 64.%nS°'�Q� m (Prtnt Nae) 1 c.Q.. ? s1dev} (President, Owner, etc...) First 'National Insurance Company of America (Surety) Lillian Tse (Print Name) Attorney in Fact KNOW ALL BY THESE PRESENTS: POWER OF ATTORNEY No. 349 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint ***JILL A. BOYLE; KAREN P., DEVER; SCOTT FISHER; ELIZABETH R. HAHN; KARA N. HARMALA; SUSAN B. LARSON; DEANNA M. MEYER; CARL NEWMAN; STUART A. O'FARRELL; JANA M. ROY; LILLIAN TSE; BENJAMIN L. WOLFE; Bellevue, Washington;*********************SHERISA M. CREVIER; DAVID L. ECKROTH; CHRISTIN M. HUBBLE; KAREN A. HUNT; BARBARA R. JOHNSON; MARIE I. MATETICH; JENNIFER L. SCHULTZ; Anchorage, Alaska****** its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents PIA 42,111 this 23rd day of November Dexter R. Legg, Secretary Timothy A. Mikolajewski, Vice President 2009 CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Dexter R. Legg , Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation S-1049/DF 3/09 this day of Po* a,{ryl Dexter R. Legg, Secretary WEB PDF Client#: 6841 KENLEING ACORDTM, CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 12/28/09 PRODUCER arker Smith & Feek, Inc. ellevue (425-709-3600) 233 112th Avenue NE Bellevue, WA 98004 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # SURED Ken Leingang Excavating, Inc. 1117 N. 27th Ave. Yakima, WA 98902 INSURER A: Continental Insurance Co. INSURER B: Continental Casualty Company INSURER a INSURER D INSURER E: COVERAGES 'THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR R ADD'L INSRD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS • X GENERAL LIABILITY —."1 C2074847407 11/01/09 11/01/10 EACH OCCURRENCE $1,000,000 X 1 COMMERCIAL GENERAL LABILITY DAMAGE TO RENTED PREMISES (Ea occurrence) $100,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $5,000 X PD Ded:2,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER' PRODUCTS - COMP/OP AGG $2,000,000 7 POLICY X Ira- n LOC - X AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS C2074847360 11/01/09 11/01/10 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ 7 OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE RETENTION $ $ $ $ • WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below C2074847407 Employers Liability (WA Stop Gap) 11/01/09 11/01/10 WC STATU- X 0TH 1 - TORY LIMITS I ER E.L. EACH ACCIDENT $1,000,000 E L DISEASE - EA EMPLOYEE $1,000,000 E L DISEASE - POLICY LIMIT $1,000,000 OTHER ESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS roject: @009 Sanitary Sewer System Repair - City of Yakima Project No. 2293 ity of Yakima, City of Union Gap, their agents, employees, and elected nd appointed officials shall be additional insureds as respects General ee Attached Descriptions) ERTIFICATE HOLDER City of Yakima Dept of Community and Economic Development Engineering Division 129 North Second Street Yakima, WA 98901 CORD 25 (2001/08) 1 of 3 #M94264 CANCELLATION Ten Day Notice for Non Payment of Premium SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ittxtmeminout MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, XXX4EA7 x XYWR14RXX70444 OZIO R4E44RX4P 00001E tXXXXCX-0P1QD XIMIRJi4t9It3(IMA M MIX16XXXxX R4EH44EJ xxim IxRX AUTHORIZED REPRESENTATIVE KE000 0 ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (2001/08) 2 of 3 #M94264 I . DESCRIPTIONS (Continued from Page 1) Liability as per endorsement G -17957-G edition 01/01 (attached). Per Iroject Aggregate shall apply as per pages 5 and 6 of endorsement G -18652-H dition 01/06 (attached). Additional insured status under Automobile Liability shall be as per policy terms and conditions. IMS 25.3 (2001/08) 3 of 3 #M94264 POLICY NUMBER: 2074847407 CNA G -17957-G (Ed. 01/01) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C.1. OF THIS ENDORSEMENT FOR THESE DUTIES. ALSO, THIS ENDORSEMENT CHANGES THE CONTRACTUAL LIABILITY COVERAGE WITH RESPECTS TO THE "BODILY INJURY" OR "PROPERTY DAMAGE" ARISING OUT OF THE "PRODUCTS -COMPLETED OPERATIONS HAZARD". SEE PARAGRAPH B.3. OF THIS ENDORSEMENT FOR THIS COVERAGE CHANGE. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH LIMITED PRODUCTS -COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Designated Project: As per certificate on file with Underwriters. (Coverage under this endorsement Is not affected by an entry or lack of entry In the Schedule above.) A. WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization, including any person or organization shown in the schedule above, (called additional insured) whom you are required to add as an additional insured on this policy under a written contract or written agreement; but the written contract or written agreement must be: 1. Currently in effect or becoming effective during the term of this policy; and 2. Executed prior to the "bodily injury," "property damage," or "personal and advertising injury". B. The insurance provided to the additional insured is limited as follows: 1. That person or organization is an additional insured solely for liability due to your negligence specifically resulting from "your work" for the additional insured which is the subject of the written contract or written agreement. No coverage applies to liability resulting from the sole negligence of the additional insured. G -17957-G (Ed. 01/01) KENLEIN\CERT08(E02) 2. The Limits of Insurance applicable to the additional insured are those specified in the written contract or written agreement or in the Declarations of this policy, whichever is Tess. These Limits of Insurance are inclusive of, and not in addition to, the Limits of insurance shown in the Declarations. 3. The coverage provided to the additional insured by this endorsement and paragraph f. of the definition of "insured contract" under DEFINITIONS (Section V) do not apply to "bodily injury" or "property damage" arising out of the "products -completed operations hazard" unless required by the written contract or written agreement. When coverage does apply to "bodily injury" or "property damage" arising out of the "products -completed operations hazard" such coverage will not apply beyond: a. The period of time required by the written contract or written agreement; or Page 1 of 2 b. 5 years from the completion of "your work" on the project which is .the subject of the written contract or written agreement, whichever is less. 4 . The insurance provided to the additional insured does, not apply: to "bodily injury," "property damage," or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services including: a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders I or drawings and specifications; andA b. Supervisory, or inspection activities performed as part of any related architectural or engineering activities. C. As respects the coverage provided under this endorsement, SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS are amended as follows: 1. The following is added to the Duties In The Event of Occurrence, Offense, Claim or Suit Condition: e. An additional insured under this endorsement will as soon as practicable: G -17957-G (Ed. 01/01) KENLEIN\CERT07(E02) G -17957-G (Ed. 01/01) (1) Give written notice of an occurrence or an offense to .us which may,result in a claim:. or "suit" under this insurance; (2) Tender the defense and indemnity ofany, claim or "suit" to any other insurer which.. also has insurance for a loss we cover under this Coverage Part; and (3) Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. f. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit" from the additional insured. 2. Paragraph 4.b. of the Other Insurance Condition is deleted and replaced with the following: 4. Other Insurance b. Excess Insurance This insurance is excess over any other insurance naming the additional insured as an insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this insurance be either primary or primary and noncontributing. Page 2 of 2 2 10. SUPPLEMENTARY PAYMENTS A. Under Section I — Supplementary Payments — Coverages A and B, Paragraph 1.b., the limit of $250 shown for the cost of bail bonds is replaced by $2,500: B. In Paragraph 1.d., the limit of $250 shown for daily loss of earnings is replaced by $1,000. 11. LIQUOR LIABILITY Exclusion c. of Section I — Coverage A is deleted. 12. NEWLY FORMED OR ACQUIRED ORGANIZATIONS Paragraph 3.a. of Section II -- Who Is An Insured Is deleted and replaced by the following: Coverage under this provision is afforded only until the end of the policy period or the next anniversary of this policy's effective date after you acquire or form the organization, whichever is earlier. 13. LIBERALIZATION CLAUSE If we adopt a change in our forms or rules which would broaden coverage for contractors without an additional premium charge, your policy will automatically provide the additional coverages as of the date the revision is effective in your state. 14. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Based on our reliance on your representations as to existing hazards, if unintentionally you should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Part because of such failure. 15. NOTICE OF OCCURRENCE The following is added to paragraph 2. of Section IV — Conmarcial General Liability Conditions — Duties In The Event of Occurrence, Offense, Claim or Suit: Your rights under this Coverage Part will not be prejudiced if you fail to give us notice of an °occurrence", offense, claim or "suit" and that failure is solely due to your reasonable belief that the 'bodily Injury' or 'property damage' is not covered under this Coverage Part. However, you shall give written notice of this "occurrence°, offense, claim or 'suit' to us as soon as you are aware that this insurance may apply to such 'occurrence', offense claim or °suit°. 16. BROAD KNOWLEDGE OF OCCURRENCE The following is added to paragraph 2. of Section IV — Commercial General Liability Conditions — Duties in The Event of Occurrence, Offense, Claim or Suit: You must give us or our authorized representative notice of an °occurrence", offense, claim, or suit only G -18652-H (Ed. 01/06) when the known to: G-18652-1-; (Ed. 01/06) "occurrence', offense, claim or "suit" is (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) An executive officer or the employee designated by you to give such notice, if you are a corporation; or (4) A manager, if you are a limited liability company. 17. AGGREGATE LIMITS PER PROJECT A. For all sums which the insured becomes legally obligated to pay as damages caused by 'occurrences' under COVERAGE A (SECTION 1), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to the insured: 1. A separate Single Construction Project General Aggregate Limit applies to each construction project away from premises owned by or rented to the insured, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Single Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or 'property damage° included in the "products - completed operations hazard", and for medical expenses under COVERAGE C regardless of the number of: a. Insureds; b. Claims made or "sults" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Single Construction Project General Aggregate Limit for that construction project away from premises owned by or rented to the insured. Such payments shall not reduce the General Aggregate Limit shown in this Declarations nor shall they reduce any other Single Construction Project General Aggregate Limit for any other separate construction project away from premises owned by or rented to the insured. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead Page 5 of 7 of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Single Construction Project General Aggregate Limit. B. For ail sums which the insured becomes legally obligated - to . pay as damages , caused by occurrences":under COVERAGE.A (SECTION I), and 'for all medical expensescaused by accidents under COVERAGE C (SECTION I), which cannot be attributed only to ongoing operations at a single construction project away from premises owned by or rented to the insured: 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit " or the Products -Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Single Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of °bodlly,,'Injury° or 'property damage° included in the "products -completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Single Construction Project General Aggregate Limit. D. If a ..single construction project away from premises owned by or rented to the insured has been abandoned and then restarted, or If the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of`Limits of Insurance (SECTION III) not otherwise modified by this endorsement shall continue to apply as stipulated. 18. EXPANDED BODILY INJURY Section V — Definitions, the definition of °bodily Injury° is changed to read: °Bodily injury° means bodily Injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental -injury by that person at any time which results as a consequence of the bodily injury, sickness or 'disease. 19. EXPECTED OR INTENDED INJURY Exclusion 'a. of Section I Coverage A Bodily Injury and Property Damage Liability is replaced by the following: a. °Bodily injury' or °property damage' expected or intended from the standpoint G -18652-H (Ed. 01/06) G -18652-H (Ed. 01/06) of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable . force to protect persons or property. 20. OWNER CONTROLLED INSURANCE PROGRAM,. CONTRACTOR CONTROLLED INSURANCE PROGRAM OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS The endorsement EXCLUSION — CONSTRUCTION WRAP-UP PROGRAM which is attached to this policy is amended as follows: A. This exclusion does not apply to: 1. Coverage available to you under this policy which is broader in scope than coverage provided to you under a "consolidated (wrap- up) insurance program° for a construction project in which you are involved; 2. Coverage for your interest only for ongoing operations in excess of all coverage available to you under a 'consolidated (wrap-up) insurance program' fora construction project in which' you are involved; and 3. Coverage for your interest only for operations included within the °products -completed operations hazard° in excess of all coverage available to you under a °consolidated (wrap- up) insurance program" for a construction project in which you are or have been involved. Paragraphs A.1., A.2. and A.3. above do not apply to any portion of a °consolidated (wrap-up) insurance program' involving a "residential structure." B. The following is added immediately after the first paragraph of provision -"b. Excess insurance—of' Section IV — Commercial General Liability Conditions — Other Insurance: This Insurance is excess, over any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to you as a result of your being a participant in a °consolidated (wrap-up) insurance program°, but only as respects your involvement in that o consolidated (wrap-up) insurance program'. C. The following is added to Section V — Definitions: o Consolidated (wrap-up) insurance program° means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors Involved in the project, otherwise referred to as an Owner Page6of7 PREVAILING WAGE RATES MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON) ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Contractor Subscribed and sworn to before me on this day of , 200 Notary Public in and for the State of Washington residing at 109/144 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504-4540 Telephone: 360-902-5335 111 / 144 BENEFIT CODE KEY - EFFECTIVE 09-02-2009 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTLME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. TI -IE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND TI -IE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE TFIE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST TWO (2) HOURS Al 1 ER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10) I-IOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 112 / 144 1 1 1 1 1 1 1 1 1 1 1 1 1 f 1 BENEFIT CODE KEY - EFFECTIVE 09-02-2009 -2- Q. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID.AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AP1LR AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. V. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8).HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 113 / 144 BENEFIT CODE KEY - EFFECTIVE 09-02-2009 -3- D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. S. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, EXCEPT THE DAY All LR THANKSGIVING, THE DAY AF 1 ER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY. T. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF PAY, AND THIS RATE SHALL INCLUDE HOLIDAY PAY. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. V. ALL HOURS WORKED ON SATURDAYS AND ON MAKE-UP DAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 114 / 144 BENEFIT CODE KEY - EFFECTIVE 09-02-2009 -4- W. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT. (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ON A FOUR-DAY, TEN-HOUR WEEKLY SCHEDULE, EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE, AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6:00 P.M. AND 6:00 A.M. AND ALL HOURS ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALLBEPAID AT DOUBLE THE HOURLY RATE OF WAGE. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AF'T'ER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIV TNG DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). M. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9). N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. 115 / 144 Q• BENEFIT CODE KEY - EFFECTIVE 09-02-2009 PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AF1ER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). 5. S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9). U. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AF 1 ER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). E. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFI ER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, TIIANKSGIVING DAY, DAY At. 1 ER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF-DAY ON CHRISTMAS EVE DAY. (9 1/2). F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11). H. PAID HOLIDAYS: NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). J. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9). L. HOLIDAYS: NEW T'EAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY_ PRESIDENTS' DAY. 116/144 BENEFIT CODE KEY - EFFECTIVE 09-02-2009 -6- T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY All ER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, ANDONEDAY OF THE EMPLOYEE'S CHOICE (9). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEARS DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AF 1 ER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEES BIRTHDAY (11). Y. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFIhR THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE, CONSIDERED AS THE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE FIOLIDAY. NOTE CODES 8. A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220' - $4.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220' - $5.00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: $0.50, AND LEVEL C: $0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D: $0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25 P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT: $2.00, CLASS B SUIT: $1.50, CLASS C SUIT: $1.00, AND CLASS D SUIT $0.50. 117/144 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360).902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. YAKIMA COUNTY EFFECTIVE 09-02-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL 531.61 1H 5D BOILERMAKERS JOURNEY LEVEL 553.61 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $38.62 1M 5A CABINETMAKERS (IN SHOP) JOURNEY LEVEL 519.24 1 CARPENTERS ACOUSTICAL WORKER $37.22 1M 5D BRIDGE, DOCK AND WARF CARPENTERS 547.36 1M 5D CARPENTER 537,22 1M 5D CREOSOTED MATERIAL 537.22 1M 5D DRYWALL APPLICATOR $37.22 1M 5D FLOOR FINISHER $37.22 1M 50 FLOOR LAYER 537.22 1M 50 FLOOR SANDER 537.22 1M 5D MILLWRIGHT 548.36 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $47.56 1M 5D SAWFILER 537.22 1M 5D SHINGLER $37.22 1M 5D STATIONARY POWER SAW OPERATOR $37.22 1M 5D STATIONARY WOODWORKING TOOLS $37.22 1M 5D CEMENT MASONS JOURNEY LEVEL $35.30 1N 50 DIVERS & TENDERS DIVER 3100.28 1M 50 8A DIVER ON STANDBY 556.68 1M 513 DIVER TENDER $52.23 1M 50 SURFACE RCV & ROV OPERATOR 552.23 1M 5D SURFACE RCV & ROV OPERATOR TENDER $50.72 1B 5A DREDGE WORKERS ASSISTANT ENGINEER 549,57 1T 50 8L ASSISTANT MATE (DECKHAND) $49.06 1T 5D 8L BOATMEN $49.57 1T 5D 8L ENGINEER WELDER $49.62 1T 5D 8L LEVERMAN, HYDRAULIC $51.19 1T 5D 8L MAINTENANCE 549.06 1T 5D 8L MATES $49.57 1T 50 8L OILER $49.19 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $31.71 1P 5A Page 1 118/144 YAKIMA COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20.99 1 ELECTRICIANS - INSIDE CABLE SPLICER $51.64 1E 5A JOURNEY LEVEL $49.84 1E 5A WELDER $53.44 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $59.79 4A 5A CERTIFIED LINEWELDER $54.59 4A 5A GROUNDPERSON $39.07 4A 5A HEAD GROUNDPERSON $41.22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54,59 4A 5A JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54.59 4A 5A LINE EQUIPMENT OPERATOR $46.33 4A 5A POLE -SPRAYER $54.59 4A 5A POWDERPERSON $41.22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23.40 1 ELEVATOR CONSTRUCTORS MECHANIC 564.81 4A. 6Q MECHANIC IN CHARGE $70.60 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8.72 1 LABORER $8.55 1 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $29.65 1H 5D GLAZIERS JOURNEY LEVEL $22.43 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13.91 1 HOD CARRIERS &MASON TENDERS JOURNEY LEVEL $32.55 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INSPECTION/CLEANING/SEALING OF SEWER &WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $8.55 1 TV TRUCK'OPERATOR 510.53 1 Page 2 119/144 YAKIMA COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $48.72 10 5A LABORERS ALL CLASSIFICATIONS $18.12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $31.61 1H 5D PIPE LAYER $32.16 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $9.00 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $9.00 1 LATHERS JOURNEY LEVEL $37.22 1M 5D METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 MODULAR BUILDINGS JOURNEY LEVEL $14.11 1 PAINTERS JOURNEY LEVEL $20.05 1 PLASTERERS JOURNEY LEVEL 546.63 1R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL 561.24 2V 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $47.12 1T 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC 550.94 1T 5D 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS 551.51 1T 50 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50.39 1T 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49.48 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS: 15 TO 30 METRIC TONS $49.90 1T 5D 8P BARRIER MACHINE (ZIPPER) $49.90 1T 5D 8P BATCH PLANT OPERATOR, CONCRETE 549.90 1T 50 8P BELT LOADERS (ELEVATING TYPE) $49.48 1T 5D 8P BOBCAT (SKID STEER) $47.12 1T 5D 8P BROKK-REMOTE DEMOLITION EQUIPMENT $47.12 1T 50 8P BROOMS $47.12 1T 5D 8P BUMP CUTTER 549.90 1T 5D 8P CABLEWAYS 550.39 1T 50 8P CHIPPER $49.90 1T 50 8P COMPRESSORS $47.12 1T 5D 8P CONCRETE FINISH MACHINE- LASER SCREED 547.12 1T 50 8P CONCRETE PUMPS 549.48 1T 5D 8P Page 3 120 / 144 YAKIMA COUNTY EFFECTIVE 09-02-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49.90 1T 5D 8P CONVEYORS $49.48 1T 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $51.51 1T 50 8P CRANE, FRICTION OVER 200 TONS $52.07 1T 5D 8P CRANES, THRU 19 TONS, WITH ATTACHMENTS $49.48 1T 5D 8P CRANES, 20 - 44 TONS, WITH ATTACHMENTS $49.90 1T 5D 8P CRANES, 45 TONS- 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50:39 1T 5D 8P WITH ATACHMENTS) CRANES,100 TONS- 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50.94 1T 5D 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51.51 1T 5D 8P WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $47.12 1T 50 8P CRANES, A -FRAME, OVER 10 TON $49.48 1T 50 8P. CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52.07 1T 50 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $49.90 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $50.39 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS.& OVER) $50.94 IT 5D 8P CRANES, TOWER CRANE UP TO 175 IN HEIGHT, BASE TO BOOM $50.94 IT 5D 8P CRANES, TOWER CRANE OVER 175 IN HEIGHT, BASE TO BOOM $51.51 1T 5D 8P CRUSHERS $49,90 1T 5D 8P DECK ENGINEER/DECK WINCHES (POWER) $49.90 1T 50 8P DERRICK, BUILDING $50.39 1T 50 8P DOZERS, D-9 & UNDER $49.48 1T 50 8P DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $49.48 1T 50 8P DRILLING MACHINE $49.90 1T 513 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47.12 1T 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $49.48 1T 50 8P FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $49.90 1T 5D 8P FORK LIFTS, (3000 LBS AND OVER) $49.48 1T 5D 8P FORK LIFTS, (UNDER 3000 LBS) $47.12 IT 5D 8P GRADE ENGINEER $49.48 1T 5D 8P GRADECHECKER AND STAKEMAN $47.12 IT 5D 8P GUARDRAIL PUNCH $49.90 1T 50 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49.48 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL LOCATOR $49.48 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL OPERATOR $49.90 1T 5D 8P HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $47.12 1T 5D 8P HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $49.48 1T 513 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50.39 1T 50 8P LOADERS, OVERHEAD (8 YD & OVER) $50.94 IT 50 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49.90 1T 513 8P LOCOMOTIVES, ALL $49.90 1T 5D 8P MECHANICS, ALL $50.94 1T 50 8P MIXERS, ASPHALT PLANT $49.90 1T 50 8P MOTOR PATROL GRADER (FINISHING) 550.39 1T 50 8P MOTOR PATROL GRADER (NON -FINISHING) $49.48 1T 50 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $50.39 1T 5D 8P OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47.12 1T 50 8P OPERATOR PAVEMENT BREAKER $47.12 1T 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $49.90 1T 5D 8P Page 4 121 / 144 YAKIMA COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code PLANT OILER (ASPHALT, CRUSHER) $49.48 1T 50 8P POSTHOLE DIGGER, MECHANICAL $47.12 1T 5D 8P POWER PLANT $47.12 1T 5D 8P PUMPS, WATER $47,12 1T 5D 8P QUAD 9, D-10, AND HD -41 $50.39 1T 5D 8P QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47.12 1T 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 1T 50 8P EQUIP RIGGER AND BELLMAN $47.12 1T 5D 8P ROLLAGON $50.39 1T 5D 8P ROLLER, OTHER THAN PLANT ROAD MIX $47.12 1T 5D 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49.48 1T 5D 8P ROTO -MILL, ROTO -GRINDER $49.90 1T 5D 8P SAWS, CONCRETE $49.48 1T 50 8P SCRAPERS- SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50.39 1T 5D 8P OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $49.48 1T 51) 8P SCREED MAN $50.39 1T 5D BP SHOTCRETE GUNITE $47.12 1T 5D 8P SLIPFORM PAVERS $50.39 1T 5D 8P SPREADER, TOPSIDER & SCREEDMAN $50.39 1T 5D 8P SUBGRADETRIMMER $49.90 1T 5D 8P TOWER BUCKET ELEVATORS $49.48 1T 5D 8P TRACTORS, (75 HP & UNDER) $49.48 1T 5D 8P TRACTORS, (OVER 75 HP) $49.90 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49.90 1T 50 8P TRANSPORTERS. ALL TRACK OR TRUCK TYPE $50.39 1T 5D 8P TRENCHING MACHINES $49.48 1T 5D 8P TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $49.48 1T 50 8P TRUCK CRANE OILER/DRIVER (100 TON & OVER) $49.90 1T 5D 8P TRUCK MOUNT PORTABLE CONVEYER $49.90 1T 5D 8P WHEEL TRACTORS, FARMALL TYPE $47.12 1T 5D 8P YO YO PAY DOZER 549.90 1T 5D 8P POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE 539.33 4A 5A SPRAY PERSON 537.24 4A 5A TREE EQUIPMENT OPERATOR $37.85 4A 5A TREE TRIMMER 535.21 4A 5A TREE TRIMMER GROUNDPERSON $26.58 4A 5A REFRIGERATION &AIR CONDITIONING MECHANICS MECHANIC $61.24 2V 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29.00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL 514.58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11.86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19.08 1 Page 5 122 / 144 YAKIMA COUNTY EFFECTIVE 09-02-2009 ********************************************************************************************************** ,(See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21.98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $22.43 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $8.55 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $13.89 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $15.56 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP)" $34.85 1X 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17.55 1 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $17.00 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $8.55 1 ROOFERS JOURNEY LEVEL $32.52 2P 51 USING IRRITABLE BITUMINOUS MATERIALS $35,52 2P 51 SHEET M ETAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $48.01 1X 5A SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $14.65 1 SIGN MAKERS &INSTALLERS (NON -ELECTRICAL) JOURNEY LEVEL $14.65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $23.11 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $8.55 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $46.30 1R 5Q STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20.00 1 TELEPHONE UNE CONSTRUCTION - OUTSIDE CABLE SPLICER $32.27 2B 5A HOLE DIGGER/GROUND PERSON $18,10 2B 5A INSTALLER(REPAIRER) $30.94 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30.02 2B 5A SPECIAL APPARATUS INSTALLER I $32.27 2B 5A SPECIAL APPARATUS INSTALLER II $31.62 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32.27 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30.02 2B 5A Page 6 123 / 144 YAKIMA COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEVISION GROUND PERSON TELEVISION LINEPERSON/INSTALLER TELEVISION SYSTEM TECHNICIAN TELEVISION TECHNICIAN TREE TRIMMER TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL TILE, MARBLE &TERRAZZO FINISHERS FINISHER TRAFFIC CONTROL STRIPERS JOURNEY LEVEL TRUCK DRIVERS ASPHALT MIX DUMP TRUCK DUMP TRUCK & TRAILER OTHER TRUCKS TRANSIT MIXER WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER OILER WELL DRILLER Page 7 124 / 144 $17.18 2B 5A $22.73 2B 5A $27.09 2B 5A $24.35 2B 5A $30.02 2B 5A $30.37 1M 5A $26.29 1M 5A $38.90 1K 5A $14.19 1 $34.24 2G 61 $34.24 2G 61 $34.24 2G 61 $34.24 2G 61 $25.44 1 $9.20 1 $18.00 1 PROPOSAL PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City Of Yakima Sanitary Sewer System Repair City Project No. 2293 and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as 'much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot'(decimal) in the dollars column shall be considered as cents. 125/144 ITEM PROPOSAL BID SHEET City of Yakima Sanitary Sewer System Repair City Project No. 2293 Section A — North 2nd Avenue by North D Street M PROPOSAL ITEM QTY UNIT UNIT PRICE AM s, N... PAYMENT SECTION DOLLARS .'d LARS 1 '-,7 CC PLAN 1 LS 1- 5 2 MOBIL =, TION 1 LS 1-09.7 3 PROJECT TE ' ''ARY TRAFFIC CONTROL 1 ,''S 1-10.5 4 SAW -CUT, PER INCH D"'. 00 LF 2-02.5 5 CRUSHED SURFACING BASE C.. 7SE 21 TON 4-04.5 6 HMA CL. 1/2 IN. PG 64-28 (OR ASPHALT ..: ULSION ," -2P) 23 TON 5-04.5 7 MANHOLE, 60-INCH-DIAM., TYPE 1 1 EA 7-05.5 8 STRUCTURE EXCAVATION CLASS B . '," L. HAUL 150 CY 7-08.5 9 SHORING OR EXTRA EXC * ION CLASS B 40 ' LF 7-08.5 10 SANITARY SEWER ,. ''ASS 1 LS 7-17.5 11 PVC SANITA:,.- SEWER PIPE, 6 -INCH DIAM. 40 LF 7-17.5 12 REP, ! OR REPLACEMENT 1 FA $5,000.00 $ ' _. 5,000.00 8- .5 SUB TOTAL SECTION A: STATE SALES TAX 8.2%: TOTAL SECTION A: 126/144 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Section A — North 2nd Avenue by North D Street ITEM PROPOSAL ITEM QTY UNIT,DOLLARS UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS 1 SPCC PLAN 1 LS 60 1-07.15 2 MOBILIZATION 1 LS Z9Z‘/' , 2929 1-09.7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 49 s iI9 S" 1-10.5 4 SAW -CUT, PER INCH DEPTH 400 LF • 8r 344 0 2-02.5 5 CRUSHED SURFACING BASE COURSEsb 21 TON Z - 5%�i S yr...... 4-04.5 6 HMA CL. 112 IN. PG 64-28 (OR ASPHALT EMULSION CRS -2P) 23 TON 35b aoso 5-04.5 7 MANHOLE, 60-INCH-DIAM., TYPE 1 1 EA -0225 -,, 3275 7-05.5 8 STRUCTURE EXCAVATION CLASS B, INCL. HAUL 150 CY w kB - .,. 2 706 7-08.5 9 SHORING OR EXTRA EXCAVATION CLASS B 40 LF 2-Q7: _ 7-08.5 10 SANITARY SEWER BYPASS 1 LS 1 So 1 S6•' 7-17.5 11 PVC SANITARY SEWER PIPE, 6 -INCH DIAM. 40 LF 2SGea 1144 7-17.5 12 REPAIR OR REPLACEMENT 1 FA $5,000.00 $5,000.00 8-30.5 SUB TOTAL SECTION A: STATE STATE SALES TAX 8.2%: TOTAL SECTION A: - -2-€5-13_ 24-7-2-€5-13— t t "- 2-17.3 Addendum 1 Page 3 of 7 12/4/09 1 21713.56 2DV. ."2-s 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Section B — Washington Fruit Alley between West D Street and West Lincoln Avenue ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS 1 SPCC PLAN 1 LS e$O 60 1-07.15 2 MOBILIZATION 1 LS we4 3864 1-09.7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 4�S ., 44s 1-10.5 4 MANHOLE, 48-INCH-DIAM., TYPE 1 1 EA 0, 01350 - 8S3 d 7-05.5 5 STRUCTURE EXCAVATION CLASS B, INCL. HAUL 24 CY 45 / O8ai — 7-08.5 6 SHORING OR EXTRA EXCAVATION CLASS B 20 LF S _ / eZ 7-08.5 7 REPAIR OR REPLACEMENT 1 FA $5,000.00 $5,000.00 8-30.5 BASE / 3 35-9 AND (OPTION 1- CURED IN PLACE PIP 8 SANITARY SEWER BYPASS 1 LS 9.55- g55- " 7-17.5 9 8 IN. CIPP 475 LF .... Z / Si Ssd- 7-20.5 10 SERVICE RECONNECTION 4 EA 3401:- /366 -' 7-20.5 OPTION 1 OR (OPTION 2 - PIPE BURS /Z89.5 -- 11 SANITARY SEWER BYPASS 1 LS 7-17.5 12 PIPE BURST 475 LF 7-21.5 13 SERVICE RECONNECTION (IN CONCRETE) 2 EA 7-21.5 14 SERVICE RECONNECTION (IN GRAVEL) 2 EA 7-21.5 OPTION 2 SUB TOTAL SECTION B (BASE + OPTION 1 OR 2) STATE SALES TAX (8.2%): TOTAL SECTION B: 3/Z ZS -6 33,1317 Addendum 1 Page 4 of 7 12/4/09 ICC c 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Section C — Taco Bell Parkins Lot ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS 1 SPCC PLAN 1 LS evC 60 1-07.15 2 MOBILIZATION 1 LS 2r%%9' 2 71 e/ 1-09.7 LS PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 545z) 50-e)3 1-10.5 4 REPAIR OR REPLACEMENT 1 FA $5,000.00 $5,000.00 8-30.5 BASE S AND OPTION 1- CURED IN PLACE PIPE) 5 SANITARY SEWER BYPASS 1 LS '% %'7 '% ri fr> 7-17.5 6 8IN. CIPP 258 LF V3 Si Zbw 7-20.5 10 SERVICE RECONNECTION 1 EA 4 o 4 cat 404 7-20.5 OPTION 1 OR OPTION - PIPE BURS 8 MANHOLE, 48-INCH-DIAM., TYPE 1 1 EA 7-05.5 9 STRUCTURE EXCAVATION CLASS B, INCL. HAUL (FOR MH) 24 CY 7-08.5 10 SHORING OR EXTRA EXCAVATION CLASS B (FOR MH) 10 LF 7-08.5 11 SANITARY SEWER BYPASS 1 LS 7-17.5 12 PPE BURST 242 LF 7-21.5 13 SERVICE RECONNECTION 1 EA 7-21.5 OPTION 2 SUB TOTAL SECTION C (BASE + OPTION 1 OR 2) STATE SALES TAX (8.2%): TOTAL SECTION C: 14,z -0— Addendum 1 Page 5 of 7 12/4/09 ICL )= OPTION 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Section Ca — PRASH ALLEY ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPCC PLAN 1 LS ‘940 loe, o. 1-07.15 2 MOBILIZATION 1 LS ZPZS Z,ZS G 1-09.7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS SGS SOd — 1-10.5 4 REPAIR OR REPLACEMENT 1 FA $5,000.00 $5,000.00 8-30.5 BASE AND OPTION 1- CURED IN PLACE PIP 8/$S `= 5 SANITARY SEWER BYPASS 1 LS /0E35 /083 7-17.5 6 8IN. CIPP 360 LF 33� //97 76 7-20.5 7 SERVICE RECONNECTION 8 EA 308 ~ / 24166/ 7-20.5 OR OPTION 2 - PIPE BURS /5,577 8 CLEARING AND GRUBBING 1 LS 2-01.5 9 SANITARY SEWER BYPASS 1 LS 7-17.5 10 PIPE BURST 360 LF 7-21.5 11 SERVICE RECONNECTION 8 EA 7-21.5 OPTION 2 Addendum 1 Page 6 of 7 12/4/09 IGC 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 OR OPTION 3 - FULL EXCAVATION 12 CLEARING AND GRUBBING 1 LS TOTAL ALL SECTIONS ("A"+"B"+"C"+"Ca") .Ios,4/-14- 2-01.5 13 SAW -CUT, PER INCH DEPTH 150 LF 2-02.5 14 CRUSHED SURFACING BASE COURSE 13 TON 4-04.5 15 HMA CL. 1/2 IN. PG 64-28 (OR ASPHALT EMULSION CRS -2P) 5 TON .5-04.5 16 STRUCTURE EXCAVATION CLASS B, INCL. HAUL 380 'CY 7-08.5 ..17 SHORING OR EXTRA EXCAVATION CLASS B 360 . LF 7-08:5 18 SANITARY SEWER BYPASS 1 LS 7-17.5 19 PVC SANITARY SEWER PIPE, 8 -INCH DIAM. 360 LF 7-17.5 20 SERVICE RECONNECTION 8 EA 7-18.5 OPTION 3 SECTION Ca SUB TOTAL (BASE + OPTION 1, 2, OR 3) STATE SALES TAX (8.2%): TOTAL SECTION Ca: 23,702 - 2516,46. PROJECT TOTAL SUB TOTAL ALL SECTIONS ("A"+"B"+"C"+"Ca") 431774 -78 - STATE SALES TAX (8.2%): �f`9'-= TOTAL ALL SECTIONS ("A"+"B"+"C"+"Ca") .Ios,4/-14- Addendum 1 * END OF ADDENDUM NO. 1 Page 7 of 7 12/4/09 KC x034-(,5 P-1 106 ©(W(. i BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ which amount is not less than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, Ken Leingang Excavating, Inc. , - as principal, and First National Insurance Company of America, as surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Five Percent (5%) of Amount Bid Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and, assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2009 Sanitary Sewer System Repair, Project 2293 , according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter Into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay •and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and. effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS isth DAY_OF Ken gang Excav' Inc. • First National �( InPsurance Comparfy of America ;*�' Surety Lillian Tse -,-Attorney in Fact December , 20 09 , 20 Received return of deposit in the sum of $ 131 /144 KNOW ALL BY THESE PRESENTS: POWER OF ATTORNEY No. 349 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint ***JILL A. BOYLE; KAREN P., DEVER; SCOTT FISHER; ELIZABETH R. HAHN; KARA N. HARMALA; SUSAN B. LARSON; DEANNA M. MEYER; CARL NEWMAN; STUART A. O'FARRELL; JANA M. ROY; LILLIAN TSE; BENJAMIN L. WOLFE; Bellevue, Washington;*********************SH ERISA M. CREVIER; DAVID L. ECKROTH; CHRISTIN M. HUBBLE; KAREN A. HUNT; BARBARA R. JOHNSON; MARIE I. MATETICH; JENNIFER L. SCHULTZ; Anchorage, Alaska****** its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents PtOr k1,17 this 23rd day of November Dexter R. Legg, Secretary Timothy A. Mikolajewski, Vice President 2009 CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Dexter R. Legg , Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation S-1049/DF 3/09 this /5±6._day of �LLC)+r0 DA 12,ki1 Dexter R. Legg, Secretary WEB PDF NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: I -800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 133/144 NON-DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 134 / 144 SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended (To be submitted with the Bid Proposal) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non- responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor NameC�d7vm/3r,f /a j f axi--57-4e/e-r7 Item Numbers -0&"7707•1 � eli), 9, `d w �C �# .Sr G/ 7 Subcontractor Name Item Numbers rE.es- .r. "i Jt,/ .A / f '5*e 77c x/ rr - 4 Subcontractor Name Cr Of v3r.¢�ri47/� a Item Numbers ,e e77 71/ ' $ 6 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Bid Items to be performed by the Prime Contractor: • Prime Contractor Name U -t NlgA-1-%C., C1G GhUh n� Item Numbers S 'RO►.1 Afr t,?,.3,S,'7, $,9, to, t 1 Z `1, 2,3e+,S,Ca, 7 `'C` 1, z,a,4 w "Ca" %,2, 3.4 135/144 SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended (To be submitted with the Bid Proposal) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non- responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Item Numbers Subcontractor Nam\ Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers i Bid Items to be performed byithe Prime Contractor: i% Prime Contractor Name Item Numbers 135/144 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible. 136/144 RESOLUTION NO. D` 4103 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a part hereof. ��Q ADOPTED BY THE CITY COUNCIL this $ U1day of 1983. ATTEST: :..:. 180-44. . (t A )1/4MA-C City Clerk 137 / 144 Mayor AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditidns, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. 138/144 h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non -segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 139/144 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: certifies that: (BIDDER) 1. It intends to use the following listed construction\trades in the work under the contract and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this contract the Subcontractor Certification required by these Bid Conditions. (Signature of Authorized Representative of Bidder) 140 / 144 1 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: Liszyno\x-) (•6JDDER2j 1CCave(V1 ClQ certifies that: 1 It intends to use the following listed construction trades in the work under the contract COV V`Mevkl\. ck\b`C- \c U L( 6C \\-)`" - and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: `Vr4 o ,dna 1� ah.e-rz 1`c v cSz �` \vsuZ and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this contract the Subcontractor Certification required by these Bid Conditions. (Signature of Authorize ef Representative of Bidder) 140 / 144 SUBCONTRACTORS CERTIFICATION Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in Yakima, Washington, subject to these Bid Condition, those trades being: 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. (Signature of Authorized Representative of Subcontractor) 141 / 144 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. 142 / 144 PROPOSAL Sanitary Sewer System Repair City Project No. 2293 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH 0 IN THE AMOUNT OF CASHIER'S CHECK CERTIFIED CHECK PROPOSAL BOND ❑ DOLLARS ❑ ($ ) PAYABLE TO THE STATE TREASURER © IN THE AMOUNT OF 5% OF THE BID " Receipt is hereby acknowledged of addendum(s) No.(s) SIG e RE OF AUTHO. D OFFICIAL(s) 5-15 S 5d1 �01cVQ V2\v�ogNA5 FIRM NAME \4‘A `‘'‘ggt'\0, &CON°CV(C\ (ADDRESS) \\n N N. a,11`h A c‘ 0.- \A.D., q8(\ PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER tt E N LEE 4c-D.o 10T) Iqi ►i ti i IONt 'iqi3 i Note: FEDERAL ID No. WA STATE EMPLOYMENT SECURITY REFERENCE NO. 1-11 q `►3g.- (1).- (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1-02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 143/144 4. PROPOSAL Sanitary Sewer System Repair City Project No. 2293 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH 0 IN THE AMOUNT OF CASHIER'S CHECK CERTIFIED CHECK PROPOSAL BOND ❑ DOLLARS ❑ ($ ) PAYABLE TO THE STATE TREASURER ❑ IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) // SIGNATURE OF AUTHOKIZED OFFICIAL(s) FIRM NAME (ADDRESS) PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER Note: FEDERAL ID No. 1 1 1 1 1 1 E. 1 1 1 WA STATE EMPLOYMENT SECURITY REFERENCE NO. (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1-02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 143/144 .* 4 w BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information at time of bid WILL NOT render the bid non-responsive. D. BIDDER'S CERTIFICATION E. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. F. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non-responsive. The following forms are to be executed after the contract is awarded: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his/her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1-07.18 (APWA) of the Standard Specifications and Special Provisions. D. DOT Form 420-004EF Refer to Required Contract Provisions Federal -Aid Construction Contracts FHWA-1273. 144 / 144 PLANS AND DETAILS A PLACE MANHOLE OPENING OVER OUTLET PIPE A 4" OPENING 02. 12" TYP 0 'f SAND CAST INOP PLALLAR CE BASE 0411.111 di CAST IN PLACE • BASE — CL 4000 501�/®././®/®�O®O®,�.� CONCRETE k6" SECTION A -A 6' AND OVER --EM. tD 1• 0 0 P wimo 0 glimmio eSLOPE SLOPE 11111 0 brozaremermormol SECTION B -B SANITARY SEWER MANHOLE DETAIL City of Yakima — Engineering Division CAST—IRON FRAME & COVER PER SPECIFICATIONS ADJUSTMENT SECTION GROUTED OR DRY PACKED SMOOTH INSIDE BARREL PRECAST ECCENTRIC CONE SECTION STEPS PRECAST SECTION PRECAST SECTION BASE 0.10' DROP IN CHANNELS ACROSS MANHOLE APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL SEWER MANHOLE S1 CLASS 3000 CEMENT CONCRETE FULL DEPTH OF SECTION LESS 1 1/2" 1 1/2" CLASS "G" ASPHALT 2" ASPHALT PAVEMENT SUBGRADE -q-_-\_•\\----\0Ar O00 eek X40 tkikI.li SMOOTH INSIDE BARREL all k . SUBGRADE BASE DRY PACK ALL JOINTS AND VOIDS MANHOLE ADJUSTMENT DETAIL City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL MANHOLE ADJUSTMENT S3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SEE DETAIL R24 FOR TRENCH PATCHING EXCAVATION .— PAYMENT LINE PAYMENT FOR PIPES 15 INCHES AND UNDER I.D. + 30 INCHES 0 COp�� I, $oda NATIVE MATERIAL SHALL BE USED FOR BACKFILL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. CRUSHED SURFACING TOP COURSE SHALL BE USED FOR BEDDING MATERIAL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. UNSUITABLE FOUNDATION MATERIAL SHALL y1 BE REPLACED WITH GRAVEL BACKFILL FOR SUITABLE EARTH FOUNDATION FOUNDATIONS CLASS B. (SEE NOTE) TYPICAL TRENCH SECTION City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA • STANDARD DETAIL TYPICAL TRENCH DETAIL S4 1 1/2" CLASS "G" ASPHALT CLASS 3000 CEMENT CONCRETE 2.-0" 12" r�r y�' ISI 'W; SUBGRADE FIBER JOINT PACKING CAST IRON FRAME & COVER SEE FRAME & COVER SPECIFICATION 45' 1/8 BEND s5 8" SEWER CLEAN OUT City of Yakima — Engineering Division BEDDING MATERIAL APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL 8" SEWER CLEAN OUT S5 SIDE SEWER m TEE -WYE (STD) SANITARY SEWER MAIN Lu z J - m 18" #4 REBAR BURIED `''I 6"-12" BELOW FINISH 01 GRADE TIED IN MARKER c I TAPE 0 O PLAN Z m In t DETECTABLE MARKER TAPE PER STD. SPECS WYE (AS REQUIRED) MIN SLOPE - SEE NOTE„ 6 LU 22 1/2* OR 45' BENDS AS REQUIRED MIN SLOPE - SEE NOTE NOTES 1. TEES OR WYES SHALL BE INSTALLED IN NEW SANITARY SEWER MAINS. WHEN INSTALLING SIDE SEWERS IN EXISTING MAINS, CONNECTION SHALL BE MADE BY MACHINE MADE TAP AND APPROVED SADDLE. 2. WHERE DEPTH IS INSUFFICIENT TO ALLOW CONNECTION AS SHOWN, CONNECT SERVICE AS DIRECTED BY ENGINEER. 3. ALL SIDE SEWER MATERIALS SHALL BE PVC SEWER PIPE CONFORMING TO THE REQUIREMENTS OF SECTION 7-18.2 OF THE STD. SPECS. 4. TERMINATE SIDE SEWER AT R/W LINE UNLESS OTHERWISE DIRECTED BY THE ENGINEER OR OTHERWISE ON PLANS. 5. MINIMUM SLOPES ARE AS FOLLOWS: 4" DIA. PIPE = 0.02 ft/ft 6" DIA. PIPE = 0.01 ft/ft 6. BACKFILL WITHIN THE RIGHT OF WAY SHALL BE CRUSHED SURFACING TOP COURSE FULL DEPTH AS DIRECTED BY THE ENGINEER. 9Pits ' OBSTRUCTION 1 \ IN THIS AREA PLACE 12" ABOVE ENURE �-LENGTH OF SIDE SEWER PLUG OR CAP AS REQUIRED SECTION A -A 45. TYP TEE -WYE TEE -WYE CONNECTION AT OBSTRUCTION SIDE SEWER CONNECTION DETAIL City of Yakima - Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL SIDE SEWER DETAIL S9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 10' - 12" NOTE JOINTS MAY BE FORMED DURING INSTALLATION USING A RIGID DIVIDER OR SAW CUT AFTER CONCRETE CURES TO MINIMUM STRENGTH. 12" # 3 BARS (TYP) 2 1/2" —� 1/2" R 1" R #3 REBAR @ 10' O.C. 10" EXTRUDED CURB 5" 2 1/2" 1/2" R 1"R+ —� t CEMENT CONCRETE EXTRUDED CURB 1/2" R FLOW LINE CURB TERMINAL END 25" FLOW LINE 11" 1/2" R 1/2" R 9/16" a. • }� CEMENT CONCRETE VALLEY GUTTER CEMENT CONCRETE ROLLED CURB NOTES: 1. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 2. EXCAVATION LIMITS ARE 6" BEHIND AND 6" IN FRONT FOR REMOVING AND REPLACING EXISTING CURB & GUTTER. 3. ROLLED CURB MAY BE PERMITTED ALONG RESIDENTIAL ROADWAYS ONLY AND MUST BE APPROVED BY THE CITY ENGINEER. City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Standard Detail CEMENT CONCRETE CURB R1 NOT TO SCALE Revision 11-2008 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 RP WIDTH PER YMC 8.64.070 SEE PLANS CONCRETE APRON 7' MIN. OR TO R/W LINE (WHICHEVER IS GREATER) PREFERRED RAMP CONFIGURATION RP ALTERNATE RAMP CONFIGURATION CONCRETE COMMERCIAL APPROACH COLD JOINT (TYP) O Obi S � •O>Q COLD JOINT (TYP) VALLEY GUTTER RAISED CURBING MAY CONTINUE INTO SITE. VALLEY GUTTER FLOW LINE 0.5 CEMENT CONCRETE 111111111110i.-., 1' 3' VALLEY GUTTER MIN. 0.25' CSTC (COMPACTED DEPTH) SECTION A MIN. 0.17' CSTC (COMPACTED DEPTH) 0.5' CEMENT CONCRETE RESIDENTIAL APPROACH NOTES 1. CURB & GUTTER, VALLEY GUTTER, & CONCRETE APPROACH SHALL BE SEPARATED BY 3/8" THICK EXPANSION JOINT MATERIAL. 2. THIS DETAIL INDICATES GENERAL CONFIGURATION REQUIREMENTS FOR COMMERCIAL DRIVEWAY APPROACHES. STYLE AND LOCATION OF HANDICAP RAMPS WILL DEPEND UPON SITE CONDITIONS AND SHALL BE CONSTRUCTED ACCORDING TO THE SPECIFIC PROJECT SITE PLAN APPROVED BY THE CITY ENGINEER. 3. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 4. DUE TO THE MINIMUM SIZE RADIUS OF 15' SPECIAL CONSIDERATIONS NEED TO BE MADE TO ALLOW FOR ADA REQUIREMENTS ON THE RAMPS. 15' RADIUS DESIGNS MUST BE SUBMITTED AND APPROVED BY THE CITY ENGINEER PRIOR TO CONSTRUCTION. City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Standard Detail DRIVEWAY APPROACHES NOT TO SCALE Revision 11-2008 R4 1 THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE. FOR HANDICAP RAMP SIZE AND POSITION, SEE APPLICABLE STANDARD DETAILS. SIDEWALK JOINTING SEE PLANS 5= 0.02 ft/ft COLD JOINT `l10.55'' CEMENT CONCRETE COMPACTED SUBGRADE 0.17' MIN. CSTC (COMPACTED DEPTH) 6" SIDEWALK SECTION SEE PLANS 0.33' CEMENT CONCRETE— S = 0.02fUft COLD JOINT COMPACTED SUBGRADE 0.17' MIN. CSTC (COMPACTED DEPTH) 4" STANDARD SECTION NOTES 1. THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS OR MATCH EXISTING CURB JOINTS. 2. 1 1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE AT ALTERNATING 10' INTERVALS. 3. "V" GROOVES SHALL BE PLACED AT 5' INTERVALS. 4. ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. 5. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. 6. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Standard Detail CEMENT CONCRETE SIDEWALK R5 NOT TO SCALE Revision 05-2009 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 '4w EXISTING PAVEMENT - DEPTH VARIES ASPHALT CONCRETE PATCH 1.0' LIMITS EXCAVATION LINE 1.0' (MIN) y�f.`G�l y�l�`Cly APPLY CSS -1 & SAND TO SEAL THE SURFACE JOINTS. APPLY CSS -1 TO EDGES OF REPAIR SECTION AND TO SURFACE OF CONCRETE, IF OVERLAYED. ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA HMA CL. 1/2" PG 64-28 @ 1.5 TIMES DEPTH OF EXISTING ASPHALT. 0.25' MIN. (COMPACTED DEPTH in 2 EQUAL LIFTS) 0.5' CSBC (COMPACTED DEPTH) ASPHALT CONCRETE SURFACING EXISTING SURFACE - DEPTH VARIES GRAVEL SURFACE 1.0' PATCH LIMITS EXCAVATION LINE Q 1.0' 1.0' (MIN) 22:111=21=1111211811112111211U5 a020211121 veo aW ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 0.17' CSTC (COMPACTED DEPTH) GRAVEL SURFACING UNSURFACED AREAS PATCH LIMITS EXCAVATION LINE Q EXISTING GROUND ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 1.0' MIN. (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM ROCKS OVER 2 INCH. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING. UNSURFACED AREAS NOTES 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK SLOPE AT TRENCH SIDES. 2. CONTRACTOR SHALL BE AWARE THAT GEO-TEXTILE-FABRIC MAYBE REQUIRED BY THE ENGINEER IN CERTAIN APPLICATIONS. City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Standard Detail TYPICAL SURFACING NOT TO SCALE Revision 11-2008 R7 M IN1111 N E 1111111 M1111 111111 NE N M 1 1 111111 I - 111111 I EN CAST -IN-PLACE CONCRETE COLLAR •11 CORRUGATED METAL PIPE COLLAR WIDTH SEE NOTE 1 STEEL WELDED WIRE FABRIC - SEE NOTE 2 tD CONCRETE COLLAR OPTION RUBBER GASKETS - SEE NOTE 4 TYPE "K' COUPUNG BAND - SEE NOTE 5 -' 24" CONCRETE PIPE - SEE NOTE 3 COUPLING BAND OPTION 24" VNDE, 1' THICK RUBBER GASKET IN ACCORDANCE WITH STD. SPEC. 9-04.4(3) NOTES 1. The Concrete Collar width shall be one half of the outside pipe diameter of the largest pipe. The minimum Concrete Collar width shall be 12". Concrete Collars may be used with all pipe materials and diameters. The Concrete Collar option shall only be used to extend existing pipes. 2. Steel Welded 1Mre Fabric shall be in accordance with Standard Specification 9-07.7. Install two wraps for size 6 x 6 W1.4 x W1.4 (10 Gage) Steel Welded Wre Fabric or one wrap for any of the following sizes: 6 x 6 W2.1 x W2.1 (8 Gage) 6 x 6 W2.9 x W2.9 (6 Gage) 4x4W2.9xW2.9(6Gage) 4 x 4 W4.0 x W4.0 (4 Gage) 3. When a Coupling Band connection requires attachment to the bell end of a concrete pipe, the bell end of the pipe shall be removed before the connection is installed. 4. Increase the outside diameter of the metal pipe to match the outside diameter of the concrete pipe by installing 12" wide rubber gaskets, thickness as required (Coupling Band only). The rubber gaskets shall be in accordance with Standard Specification 9-04.4(3). 5. Use a flat Type K Coupling Band. Type K Coupling Bands with dimples are not allowed for the installation detail shown. The Coupling Band option shall only be used for extending ex- isting pipes that have an inside diameter of 36" or less. EXPIRES JULY I, 2007 CONNECTION DETAILS FOR DISSIMILAR CULVERT PIPE STANDARD PLAN B-60.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 06-08-06 TWashington Stat. Department of 7,mnparblbn RATE DEVON BIODIFEI DATE 1 1 1 1 1 11 1 1 1 1 1 ill 1 1 1 1 1 111I 1 1 1 la D --:::"7"-717173:----171- iia11 1 1 1 11 ‘t 1 1 1 1 1 11 1 1 1 1 1 11 1 %r51 11 }��117 ;;���11{ tf,11��tt� CONCRETE PIPE - SEE NOTE 3 COUPLING BAND OPTION 24" VNDE, 1' THICK RUBBER GASKET IN ACCORDANCE WITH STD. SPEC. 9-04.4(3) NOTES 1. The Concrete Collar width shall be one half of the outside pipe diameter of the largest pipe. The minimum Concrete Collar width shall be 12". Concrete Collars may be used with all pipe materials and diameters. The Concrete Collar option shall only be used to extend existing pipes. 2. Steel Welded 1Mre Fabric shall be in accordance with Standard Specification 9-07.7. Install two wraps for size 6 x 6 W1.4 x W1.4 (10 Gage) Steel Welded Wre Fabric or one wrap for any of the following sizes: 6 x 6 W2.1 x W2.1 (8 Gage) 6 x 6 W2.9 x W2.9 (6 Gage) 4x4W2.9xW2.9(6Gage) 4 x 4 W4.0 x W4.0 (4 Gage) 3. When a Coupling Band connection requires attachment to the bell end of a concrete pipe, the bell end of the pipe shall be removed before the connection is installed. 4. Increase the outside diameter of the metal pipe to match the outside diameter of the concrete pipe by installing 12" wide rubber gaskets, thickness as required (Coupling Band only). The rubber gaskets shall be in accordance with Standard Specification 9-04.4(3). 5. Use a flat Type K Coupling Band. Type K Coupling Bands with dimples are not allowed for the installation detail shown. The Coupling Band option shall only be used for extending ex- isting pipes that have an inside diameter of 36" or less. EXPIRES JULY I, 2007 CONNECTION DETAILS FOR DISSIMILAR CULVERT PIPE STANDARD PLAN B-60.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 06-08-06 TWashington Stat. Department of 7,mnparblbn RATE DEVON BIODIFEI DATE M IIIIII NM 1 UN M E M OM MI EN NM NM MN E I UN NE NM z z 0 w LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 LENGTH 8 (FEET) 55 85 120 170 270 CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (FEET) 35 / 45 30 80 25 / 30 20 40 END ROAD WORK G20 -2A SIGN SPACING = X RURAL ROADS 45 / 55 MPH 500 s RURAL ROADS d URBAN ARTERIALS 35 / 40 MPH 350 t RURAL ROADS, URBAN ARTERIALS, y5 / 30 MPH RESIDENTIAL 8 BUSINESS DISTRICTS 200 2 URBAN STREETS 25 MPH OR LESS 100 t ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERNASE ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. NOTES 1. This plan is Intended for use on roadways when traffic volumes create sufficient gaps for motor vehicles to yield. 2. Steady Burning Warning Lights (Type C per MUTCD) shall be used to mark Channelizing Devices at night. 3. Adequate sight distance shall be provided for drivers to see opposing traffic, otherwise use flaggers and/or Temporary Signal. 4. Extend Channelizing Device taper across shoulder - recommended. 5. Post mount signs when in place for 3 days or longer. 6. For speed limit 35 mph or higher replace W1 -3R with W1 -4R. 7. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. 8. Consider using a PCMS for additional advance waming. TO ONCOMING TFIAFFIC N SIGN LOCATION D D D CHANNELIZING DEVICES f " BARRICADE - TYPE 3 L FLASHING WARNING LIGHT FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES EXPIRES AUGUST 9. 2009] nb 11111 LANE CLOSURE WITHOUT FLAGGERS — LOW VOLUME ROAD STANDARD PLAN K-20.20-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 10-12-07 7 W.Nhinybn S. Department of T,mupataden !STATE DEMON amiNEEE DATE N NM 1 N En M r ' 1 NM N EN NE 1 1 MO OM LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 50 55 60 LENGTH B (FEET) 155 200 250 305 360 425 495 570 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK FLAT BED, ETC. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) 1OROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENT ASSUMED) MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) 25 30 POSTED 35 SPEED 40 45 (MPH) 50 55 60 10 - - - 270 450 500 550 - 11 - - - 294 495 550 605 660 12 - - - 320 540 800 860 720 SIGN SPACING = X (1) POSTED SPEED RURAL HIGHWAYS 60 /85 MPH 800' t RURAL ROADS 45 / 55 MPH 500 t RURAL ROADS 8 URBAN ARTERIALS 351 40 MPH 350 ± RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH RESIDENTIAL 8 BUSINESS DISTRICTS 200 t (2) URBAN STREETS 25 MPH OR LESS 100' t (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (FEET) 50 / 70 40 80 40 / 45 30 60 LEGEND N SIGN LOCATION 0 0 ® CHANNEUZING DEVICES PROTECTIVE VEHICLE - RECOMMENDED PORTABLE CHANGEABLE MESSAGE SIGN CCii ARROW PANEL ECID 1 PCMSI G20 -2A OR DOWNSTREAM TAPER TO SHOW END OF WORK AREA - SEE NOTE 7 END ROAD WORK RECOMMEND CLOSING ADJACENT LANE TO MAINTAIN BUFFER SPACE - SEE STANDARD PLAN K-24.20 FOR ALTERNATE ENCROACHMENT PCMS SAMPLE MESSAGE 2 2 LANES CLOSED ONE MILE AHEAD 1.5 SEC 1.5 SEC FIELD LOCATE IN ADVANCE OF LANE CLOSURE SIGNING NOTES 1. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA Is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Devices shall not encroach into adjacent lanes. 3. Extend device taper (U3) across shoulder - recommended. 4. Portable Changeable Message Sign (PCMS) - recommended. 5. Use Transverse Devices In dosed lane every 1000' t - recommended. 6. Traffic Safety Drums for all tapers on high speed roadway - recommended. 7. Channelizing Device spacing for the downstream taper option shall be 20' O.C. 8. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. W4 -2L - COMPLANCE DATE 12/23/13 W20-501 W20-1 FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES EXPIRES AUGUST 9, 20091 DOUBLE LANE CLOSURE ON MULTILANE ROADWAY STANDARD PLAN K-24.40-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich Ill 10-12-07 /Elk Wodi^Y19^ SM9 D9pmlmrd of Tlmrpnbtlen QTATE 969.11111 Bg9111531 DATE NMI NM =I NMI IMO INN NMI MIN IM INN II= z z W LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 50 55 80 LENGTH B (FEET) 155 200 250 305 380 425 495 570 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK, SERVICE TRUCK FLAT BED, ETC. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) OROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENT ASSUMED) END ROAD WORK MINIMUM TAPER LENGTH = L (FEET) LANE LMDTH (FEET) 25 30 POSTED 35 SPEED 40 45 (MPH) 50 55 60 10 105 150 205 270 450 500 550 - 11 115 155 225 294 495 550 605 550 12 125 180 245 320 540 600 660 720. CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (FEET) 50170 40 80 35 / 45 30 60 25 1 30 20 40 G20 -2A OR DOWNSTREAM TAPER TO SHOW END OF WORK AREA - SEE NOTE 7 100' SIGN SPACING = X (1) RURAL HIGHWAYS 60 / e5 MPH 800 t RURAL ROADS 45 / 55 MPH 500' t RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' ± RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH 200' t (2) RESIDENTIAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100 t (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE 1) AU. SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. W20 -5R W4 -2L ""'O°" W20-1 COMPLIANCE DATE 12/23/13 r L X SEE NOTE 5 SEE STANDARD PLAN K-24.20 FOR ALTERNATE ENCROACHMENT LEGEND >9 a a a 1 PCMSI SIGN LOCATION CHANNELIZING DEVICES PROTECTIVE VEHICLE - RECOMMENDED PORTABLE CHANGEABLE MESSAGE SIGN ARROW PANEL PCMS SAMPLE MESSAGE 2 LANE CLOSED ONE MILE AHEAD 1.5 SEC 1.5 SEC F ELD LOCATE 1 MILE t, N ADVANCE OF LANE CLOSURE b N b NOTES 1. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Devices shall not encroach into adjacent lanes. 3. Extend device taper (U3) across shoulder - recommended. 4. Portable Changeable Message Sign (PCMS) - recommended. 5. Use Transverse Devices in closed lane every 1000' t - recommended. B. Traffic Safety Drums for all tapers on high speed roadway - recommended. 7. Channelizing Device spacing for the downstream taper option shall be 20' O.C. 8. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES EXPIRES AUGUST 9. 20071 SINGLE LANE CLOSURE ON MULTILANE ROADWAY STANDARD PLAN K-24.60-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L Smith 02-15-07 AININk Waddnpmn 5 I. D.pann.Da.r Lsnpedolb, Sure DEVON ENONEa DATE M I I MN ME = I INII N ME I M ME I LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 50 LENGTH B (FEET) 155 200 250 305 360 425 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK FLAT BED, ETC. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) OROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENTASSUMED) SIGN SPACING = X LANE WIDTH RURAL ROADS 45 /55 MPH Sod i RURAL ROADS 8 URBAN ARTERIALS 35 / 40 MPH 350' i RURAL ROADS, URBAN ARTERIALS, 26 / 30 MPH RESIDENTIAL & BUSINESS DISTRICTS 200' i ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH POSTED SPEED (MPH) (FEET) 25 30 35 40 45 50 10 105 150 205 270 450 500 11 115 185 225 294 495 550 12 125 180 245 320 540 800 DEVICE SPACING - 1/2 DISTANCE CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (FEET) 50 40 90 35 / 45 30 60 25/30 20 40 W20.6 W20-1 R4 -7B 24'x30' BIW W4 -2L - COMPLIANCE DATE 12/23/13 W1 -4L PCMS SAMPLE MESSAGE #1 2 LANES CLOSED AHEAD NO LEFT TURN 1.5 SEC 1.5 SEC FIELD LOCATE IN ADVANCE OF LANE CLOSURE SIGNING PCMS SAMPLE MESSAGE #2 2 CENTER LANE CLOSED NO LEFT TURN 1.5 SEC 1.5 SEC FIELD LOCATE IN ADVANCE OF LANE CLOSURE SIGNING LEGEND 54 Oi 4 PCMS SIGN LOCATION CHANNEUZING DEVICES PROTECTIVE VEHICLE - RECOMMENDED PORTABLE CHANGEABLE MESSAGE SIGN ARROW PANEL NOTES 1. A Protective Vehicle is recommended regardless If a Truck Mounted Attenuator (TMA) is available; a work vehide may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Extend device taper (L/3) across shoulder - recommended. 3. Portable Changeable Message Sign (PCMS) - recommended. 4. If the lane shift is short and has minimal radius curve (30mph or less) use sign W1-3 in lieu of sign W1-4. 5. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES EXPIRES AUGUST 9, 20071 LANE SHIFT ONTO TWO-WAY LEFT TURN LANE STANDARD PLAN K-26.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L Smith 02-15-07 oink WmNngIon SOoto Doper.* of To sywM{sn nAre DEMON 131004M1 ■■N U ® - M - R - - = - - r - - M z_ 0, z D z J W LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 150 155 I 60 165 170 LENGTH B (FEET) 155 200 250 305 SEE STD. PLAN K-40.20 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK FLAT BED, ETC. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) OROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENTASSUMED) LEGEND MINIMUM TAPER LENGTH = L (FEET) SHOULDER WIDTH (FEET) 25 30 35 POSTED 40 SPEED (MPH) 45 50 55 60 85 70 6 63 90 123 160 40 8 84 120 184 214 SEE STD. PLAN K-40.20 10 105 150 204 267 LESS THAN 6 3 DEVICES MINIMUM SPACED 10 0.C. CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (FEET) 35 / 40 30 60 25 / 30 20 40 NOTES 1. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Rol( -Ahead distance. 2. Channelizing Device spacing for the downstream taper option shall be 20' O.C. 3. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. Z 0 0 0 0 0 0 0 0 9 0 0 0 L 19 SIGN LOCATION 0 0 o CHANNELIZING DEVICES EEO PROTECTIVE VEHICLE - RECOMMENDED END ROAD WORK SIGN SPACING = X (1) RURAL ROADS 8 URBAN ARTERIALS 35 / 40 MPH 350' t RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH 200 2 RESIDENTIAL 8 BUSINESS DISTRICTS (2) URBAN STREETS 25 MPH OR LESS 100 3 (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. G20 -2A OR DOWNSTREAM TAPER TO SHOW END OF WORK AREA - SEE NOTE 2 FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES [EXPIRES AUGUST 9. 20071 SHOULDER CLOSURE LOW SPEED ROADWAY (40 MPH OR LESS) STANDARD PLAN K-40.40-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L Smith 02-15-07 _ IRATE DEMON a OMEER DATE T• Washington Slot. Deportment of i.mspwblbn Ili ME MN ME MI r r MN N M- - I M MN B- IMO M SIGN SPACING = X (1) RURAL ROADS 45 / 55 MPH 500' t RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' t RURAL ROADS, URBAN ARTERIALS, RESIDENTIAL & BUSINESS DISTRICTS 25 / 30 MPH 200' 4 (2) URBAN STREETS 25 MPH OR LESS 100' 5 (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. LEGEND NOTES 1. The sign shown is not required in the following cases: the work space is behind a barrier, or more than 2' behind the curb, or more than 15' from the edge of a roadway. 2. For sign size, refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. SEE NOTE 1 ti SIGN LOCATION FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES !EXPIRES AUGUST 9, 20071 WORK BEYOND THE SHOULDER STANDARD PLAN K-40.80-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L Sm/th 02-15-07 Al Ilk RATE O®ION BIWNEEP MTE •Tiw.Ith,g SW* D.p0,..n.1Tron.oe..,n,. E M M ME NM' M — MN M I— — -- i M M M DRAWN BY: ELENA BRUNSTEIN SIGN SPACING = X (1) RURAL ROADS 45 / 55 MPH 500 3 RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350 4 RURAL ROADS, URBAN ARTERIALS, RESIDENTIAL IL BUSINESS DISTRICTS 25 / 30 MPH 200' t (2) URBAN STREETS 25 MPH OR LESS 100 t (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. LEGEND M3-1 03-101 MS -3 R11-2 B/W ROAD CLOSED ROAM WILL BE CLOSED NOYM-RONM SAY D7 R11-1501 BIW NORTH MAIN sr. RI1-3 B/W ROAD CLOSED XX MILES AHEAD LOCAL TRAFFIC ONLY DETOUR OR NOTES 1. Modify Regulatory Traffic Control Devices, as needed, for the duration of the detour. 2. Two Fleshing Warning tights (Type A per MUTCD) may be used to mark each barricade at night 3. Trail Blazers shall be installed throughout the detour, as appropriate. 4. Signing shown for the one direction only. 5. Coordinate with emergency services. 6. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. R11-4 BIW ROAD CLOSED ro 1NRU TRAFFIC M4 -10L N SIGN LOCATION ® BARRICADE - TYPE 3 R BARRICADE - TYPE 3 L FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES (EXPIRES AUGUST 9. 20071 Itfi ROAD CLOSURE WITH OFF-SITE DETOUR STANDARD PLAN K-10.40-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L Smith 02-15-07 STATE 108101. ENw.ml wmhl^Ylwe Stab D.psbn.l er Tmupeeb±on 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1„ SECTION A A14+25 TO A15+00 XCAVATE AND REPLACE SSMH CITY OF YAKIMA 2009 SANITARY SEWER SYSTEM REPAIR �mm m Al.Vcc • • 4114 T I SECTION B 1 1 I , , MEM r Mtim I II B10+00 TO B14+80 REPAIR LINE SECTION C if C10+00 TO C12+58 REPAIR LINE SECTION Ca C13+10 TO C16 70 REPAIR LINE N Section A - North 2nd St. Section B - AlIey from West D Street to West Lincoln Ave Section C - West Nob Hill and 16th ave, Taco Bell parking lot Section Ca - AlIey between 16th and 17th Ave, North of Prasch Ave. CITY OF YAKIMA JOB NO. 2293 \ttxtx fix®RAT1f> SHEET INDEX SHEET 1 SHEET 2 SHEET 3 SHEET 4a SHEET 4b SHEET 5 N 2ND ST SEWER N 2ND ST DETAIL "D" TO LINCOLN SEWER NOB HILL AND 16TH SEWER PG. 1 OPTION 1 - CIPP NOB HILL AND 16TH SEWER PG. 1 OPTION 2 - PIPE BURST NOB HILL AND 16TH TO PRASCH SEWER PG. 2 PLAN DISCLAIMER of/wasJ1 b l� 39407 REGISTERED LEGEND EXISTING SANITARY SEWER MANHOLE PROPOSED SANITARY SEWER MANHOLE EXISTING SANITARY SEWER PROPOSED SANITARY SEWER EXISTING SANITARY SEWER CLEANOUT EXISTING MANHOLE (OTHER THAN SSMH, VARIES) EXISTING CATCH BASIN EXISTING UTILITY POLE EXISTING FIRE HYDRANT EXISTING JUNCTION BOX EXISTING WATER VALVE EXISTING FENCE UNDERGROUND FEATURES SHOWN HEREON REPRESENT BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT ALL EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE NUMBER LOCATOR SERVICE: 1-800-553-4344 NOVEMBER 2009 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONC. SIDEWALK (TYPICAL) GRASS (TYPICAL) CONC. SIDEWALK (TYPICAL) w EX. SSMH #3 10+00 SD SD 11+00 w SD w SD s w 12+00 SD N2NDST SD SD SD w SD 13+00 s I ASPHALT ROADWAY SD s w 6" I s SD DCB CONC. SIDEWALK (TYPICAL) FH w ea"" °d"" w W15+00 8 14+00 °4" EX. SSMH #4 1 s o \ I® SI WORK AREA. "NEW SSMH #4 SEE DETAIL SHEET PAGE 2 CONC. SIDEWALK (TYPICAL) GRASS (TYPICAL) CONC. SIDEWALK (TYPICAL) 1070 1065 1060 : EX.SSMH..#3: STA. 10+00 : RIM E. = 1069.35 I.E. OUT =1065.11 SD sr) S -I C O as 3 cavi >- •c II_ Do 61— O m L C_ ` • G C ZE U w �> CONC. SIDEWALK (TYPICAL) EX. SSMH #4 : STA. 14+55.45 RIM EL. : = 1070.28 I.E. IN = 1062.74 I.E. OUT =1062.74 455.46 L.F. S —0.005 • FT/fT . CONNECT •TO EXISTING. •PIPE NEW SSMH #4 : STA: 14.+63.45. ' .... . RIM : EL. =: 1070.27 I.E. :IN = 1062.04 I.E. •OUT = 1062:04 (EXACT' 'LOCATIONS:' AND' ELEVATIONS: TO BE: FIELD VERIFIED) : (EXACT LOCATION T0: BE : DETERMINED IN FIELD) EX. 6" CLAY PIPE • 6'�EW PVC EX• 8" : CLAY :PIPE 1070 0 (1) N z City of Yakima Project No. 2293 : 30' WORK AREA.: SEE DETAIL •SHEET•PAGE 2... 10+00 10+40 10+80 11 +20 11 +60 12+00 12+40 : 12+80 13+20 : 13+60 14+00 14+40 14+80 1065 2 0 w U 0) 1060 Plan & Profile ci to Sta. 15+00 SECTION A DETAIL EXCAVATION AND REMOVAL LIMITS EXISTING 6" SS SSMH #4 TO BE REMOVED EXISTING 8" SS TO BE REMOVED EXISTING 6" SS TO BE REMOVED EXISTING 8" SS STA. 14+40* DEMOLITION PLAN CO EXACT LOCATION AND LENGTH TO BE DETERMINED IN THE FIELD EXISTING 6" SS PROPOSED SSMH #4 PROPOSED 6" SS EXISTING 8" SS CONSTRUCTION PLAN GROUT AND CHANNEL TO EXISTING 8" SS NOTES: DRAWING IS ASSUMED. EXACT LOCATION OF EXISTING 6" SANITARY SEWER IS TO BE DETERMINED ON SITE. FINAL EXCAVATION LIMITS ARE TO BE DETERMINED ON SITE. REMOVAL OF EXISTING SANITARY SEWER PIPE AND SANITARY SEWER MANHOLE #4 TO BE PAID AS STURCTURE EXCAVATION CLASS B, INCL. HAUL *STATIONS ARE APPROXIMATE. City of Yakima Project No. 2293 Project Eng. DMK to Sta. 14+70 2 5 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1075 1070 1065 1. (1) 0 EDGE OF PAVEMENT 1 1 1 1 1 ), UP \\WA\SHIN\GTO\N\F\RU IT\\&\\PRO\DU\CE\\CO ��.MICHELSEN: PACKAGING \CO X x ASPHALT SURFACE 0 .c7) E as p } .c m 0 c 'o) UW GRAVEL SURFACE ❑CB 12+00 NEW SSMH #65A 13+00 8" S I s IS N 1 +0 SI EX. SSMH #65 15+00 I s GAS EX. SSMH #66 pce CONCRETE SLAB SURFACE P H U7 GAS O GAS a GAS GAS WASHINGTON FRUIT %TOM% EX. SSMH #66 WASHINGTON FRUIT x PRODUCE CO\ \ \\\\\ \ \ \ STA. 10+00• RIM EL. = 1076.40 I.E. OUT =1067.37. N•EW • SSM -1-1 #65A STA. 12+75.00 • RIM EL. = 1075.84 I.E. -:.1.066.04 LE: OUT := 1066.02 EX. SSMH #65 STA. 14+79.25 RIM EL: = 1073.82 I•.E. IN 1065.04 NO ADJUSTMENTS :TO BE: MADE: TO EX. SSMH. 204.25 L.F. L8" HDPE S = 0.0Q5 FT/ET NO ADJUSTMENTS TO :BE : MADE T0: EX. SSMH. : : 10+00 : 10+40 : 10+80 11+20 : 11+60 : 12+00 : 12+40 : 12+80 13+20 : 13+60 14+00 • 14+40 14+80 : Plan & Profile Drawing Scales Horizontal = 1"=40' City of Yakima Project No. 2293 0 a) to Sta. 15+00 SECTION C OPTION 1 - CIPP 1055 1050 1045 W NOB HILL BLVD w S 16TH AVE CONCRETE S DEWALK ....ff). (n 0 CB MH CB ASPHALT PARKING MH EX. SSMH #22 ASPHALT PARKING • EX. SSMH #22 STA. :10+OQ RIM EL: — •1.058:09 I.E. OUT =1050.84 ASPHALT PARKING 1 1 1 1 1 1 1 1 ❑ CB EASEMENT R 0 0 EXTRUDED CURB GOLDEN COIN 1-2+00 —} R -R- _ t� coo c,-) EX. SSMH #21 A CO O CONCRETE SIDEWALK 2+80 SHEET 5 MATCHLINE EX. SSMH #21A : STA..:.1.2+.7.2. 8,9 : : RIM EL. = 1056.48 : I.E. IN = 1046.16: : I.E. OUT =1:046.16 257.7.;i - .F. : NO ADJUSTMENTS TO BE MADE TO EX.: SSMH: 10+00 : 10+40 =0O1.7 FT/FT 10+80 : 11+20 • 8" HDPE CONNECT TO EXIST. :PIPE AT STATION 12+57.74 111+60 : 12+00 : • 12+40 12+80 fl- a) a) 1=°' a) v1 co cn a) ca cn co .E co City of Yakima Project No. 2293 1055 roject Eng. DMK 1050 1045 Plan & Profile to Sta. 12+75 SECTION C OPTION 2- PIPE BURST W NOB HILL,BLVD TEL S 16TH AVE CONCRETE S DEWALK , , • , • • TACO BELL CB MH CB ASPHALT PARKING il I I 1 -4- -4 +001711 i I 1.1= SLT MH OMH NEW SSMH#22 EX. SSMH #22 TO BE ABANDONED ASPHALT PARKING ASPHALT PARKING EiCB EASEMENT R . . . I . 1 1 1 1 1 1 1 GOLDEN COIN 1-2+00 R EXTRUDED CURB CONCRETE SIDEWALK IR R-1 — - coot, EX. SSMH #21A ABRIANCOCK F CKS 1055 1050 1045 EX. SSMH 4.22 • STA. :10+00 RM EL: — 1-058.09 I.E. OUT =1050.84 • NEW SSMH #22 • STA. .1.0+16 • LOCATION AND ELEVATIONS TO BE FIELD VARIFIED: ------- EX. SSMH 421A • STA...1.2+72.89 : RIM EL. = 1056.48 : I.E. IN = 1046.16: : I.E. OUT =1:046.16 :241.74. L.P. --..p4°.*:°1.(7, Fr/FT •. • EX. SSMH TO BE ABANDONED 8" HapE CONNECT TO EXIST. PIPE AT STK:110N 12+57.74 10+00 10+40 10+80 11+20 11+60 12+00 : 12+40 : 12+80 : tt-ezA-ocl, City of Yakima Project No. 2293 1055 roject Eng. DMK Drawing Scales 1050 1045 Plan & Profile to Sta. 12+75 4b S 16TH AVE EXTRUDED a ASEMENT -13+01 lH -16+00 I — om, \ UUSE \ `‘, \:\ 'GARAGE' RECENTLY REPLACED LINE 1055 1050 1045 EX. SSMH #21 • STA. 13+49.15' RIM EL. := 1055.01 I.E. IN = 1046.01 I.E. OUT: =1046.01 \ GARAGE City of Yakima Project No. 2293 : S :FT/FT: 319.5T L.F.• : NO ADJUSTMENTS. TO BE . MADE TO EX. SSMH. : SSMH #20 STA. 16+68.66 : RIM:. EL. .=; .1053:15 I.E. IN = :1045.47 — - - - =0.002 rfi/FT • • • 8" HDPE • CIPP. •BURST. OR DIRECT' REPLACE CONNECT :TO EXIST. PIPE AT: STATION 13+08.37 • 12+80 13+20 13+60 14+00 14440 14+80 15+20 15+60 16+00 16+40 Plan & Profile to Sta. 16+69 T'i` t' .'i,L E'I\,':; OF Ci'3f;if f.%Nice,_ ... D Vaal' 15 %ngin ecr'ilia ViSi.an 129 North. Second Srreei Yakima, iVatiriaton 98901 Phone: (509) 575-6111 a Fax (509) 576-6305 December 23, 2009 Ken Leingang Excavating, Inc. 1117 North 27th Avenue Yakima, WA 98902 ATTN: Darren Leingang Project: 2009 Sanitary Sewer System Repair City of Yakima Project No. 2293 Dear Mr. Leingang: The City Manager of the City of Yakima has authorized award of the above referenced project to your company on the basis of your low bid submitted on December 15, 2009, in the amount of $106,014.25. This letter is official notification of the award of the contract to your company by the City of Yakima. Enclosed is one set of the specifications, proposal and contract documents for your information. Also enclosed are three copies of the contract and a performance bond form. Please sign and return all copies of the contract form to this office, along with the fully executed performance bond and certificate of insurance, within ten (10) calendar days. Your attention is directed to Section 1-07.18 Public Liability and Property Damage Insurance (APWA GSP) of the Construction Contract Specifications for coverage limits, additional insurance requirements and special ACORD form wording. We have also included a Liability Certificate Checklist for you and your surety's convenience. When these items have been approved, the City will execute the contract form and bind a signed contract, certificate, and proposal into contract document books. The three completed books will be distributed to the City Clerk, City Engineer and Contractor. Please contact Bruce Floyd, Construction Supervisor, of our office within ten (10) days of this date to schedule a pre -construction conference, and to discuss various forms and documentation that must be completed and turned into him at the Pre -construction Conference. The Notice to Proceed will also be discussed at the Pre -construction Conference. Bruce's office phone is 575-6138. For your information, we are enclosing a copy of the bid summary for this project. Sincerely, row Douglas Mayo, P.E. City Engineer encl. cc: Bruce Floyd, Construction Supervisor Brett Sheffield, Project Engineer Susie Lorrance, Contract Specialist c ity,Glerk Debbie Baldoz, Finance Yakima 1994